BHILAI STEEL PLANT BHILAI REPLACEMENT OF DC MOTOR TO AC MOTOR WITH VVFD DRIVE FOR MIXER CUM NODULISING DRUM   SINTER PLANT-3 TENDER SPECIFICATION  FOR MAIN PACKAGE   STEEL AUTHORITY OF INDIA LIMITED CENTRE FOR ENGINEERING & TECHNOLOGY RANCHI – 834002 JUNE, 2023 CET/01/BH/5041/TS/EE/01/R=0

BSP, SP-III  CONTENTS  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum   PAGE 1 OF 3  CONTENTS - CHAPTERS  Chapter No.  Description  Page No.  Introduction  1.1 - 1.2  Scope of Work  2.1 - 2.12  Te chnical Specification  3.1 - 3.52  4.  Commissioning and Performance Guarantee  4.1 - 4.3  An nexures  Schedules  PACKAGE LEADER(PL)  TASK FORCE LEADER(TFL)  HOD (PL)  Paramita Mohanti  DGM(Elect)  Paramita Mohanti  DGM(Elect)  Pranay Kumar  CGM & I/c 

BSP, SP-III  CONTENTS  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 2 OF 3  CONTENTS - ANNEXURES  Annexure No.  Description  No. of Pages  2.1.4-1  List of Acceptable Makes of Equipment and Supplies  57  1.2 .1-1  Location of exis ting an d proposed facilities  at SP-3  2.1.9.2 -1  Implementation Schedule 2.4 .4-1  Existing motor founda tion  3.2 .2.1-1  Datasheet & GA of exi sting MND motor 

BSP, SP-III  CONTENTS  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum   PAGE 3 OF 3  CONTENTS - SCHEDULES  Schedule No.  Description  No. of Pages  1.8-1  Declaration of Site Visit  1.8-2  List of Exclusions  1.8-3  List of Deviations  1.8-4  List of operation & maintena nce spares for 2 years  1.8-5  List of Commissioning Spare 1.8-6  List of Special Tools and Tackles  1.8-7  List of first fill of oils and lub ricants  1.8-8  Details of authorized person of bidder during tender evaluation  1.8-9  Requirement of construction water & power 

BSP, SP-III  PAGE 1.1  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum   1 INTRODUCTION  1.1 GENERAL: 1.1.1 There are two Sinter Plants in operation at Bhilai Steel Plant (BSP), namely, Sinter Plant-2 and Sinter Plant-3 (Sinter Plant-1 has been phased out). Sinter Plant-2 (SP2) is having 4 machines (3x75 m 2  & 1x80 m 2 ) whereas Sinter Plant-3 (SP-3) is having two machines (1st machine) of 320 m 2  sintering area, and (2nd machine) of 360 m 2  machine area.  1.1.2 Sinter Plant- 3 was commissioned in the year 2001 with Sinter Machine- 1. Sinter Machine-2 at SP-3 was installed and commissioned in the year 2014.  1.1.3 Sinter machine -1 has Mixer cum Nodulising Drum (MND) for preparing raw charge mix required for sintering process. This was installed by M/s. BHEL in the year 1996. The DC drive for the motor was supplied by M/s Siemens.  1.2 EXISTING FACILITIES  1.2.1 MND has 730KW DC motor of BHEL make and the speed variation is done through DC drive Siemens Sinamics 6RA80. The DC motor as well as the DC drive has frequent breakdowns calling for frequent maintenance. The drive cards have become obsolete and spares for the same are not available. The expertise for maintain DC motor is also gradually depleting.  Bidder to refer “Location of existing and proposed facilities” attached as Annexure-1.2.1-1 1.3 OVERVIEW OF THE PROJECT  In view of the above problems, it is proposed to replace the existing DC motor with state of the art AC squirrel cage induction motor with  variable frequency drive for the Mixer cum Nodulising Drum of machine -1. This will improve the reliability of the overall system and reduce the down time required now for frequent maintenance.  It is suggested to go for AC motor with variable voltage drive system along with replacement of input transformer. The existing gearbox will be retained. The existing civil foundation of DC motor and foundation plates will be retained to the extent possible. In case minor modification is required same is to be done by the Bidder. However, base frames can be modified/ new base frame can be installed by the Bidder to suit the mounting arrangement of the new AC motor, such that motors could be coupled with gear box and centre line of the existing gearbox input shaft & motor shaft are in the same axis. 

BSP, SP-III  PAGE 1.2  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  Dismantling work:   Existing motor (DC motor 730 kW) along with the respective coupling shall be dismantled. Existing base frames of the motor shall be modified to suit the new AC motor. All the power and control cables shall be disconnected from motor end as well thyristor converter end. Field devices connected with the motor shall be also be disconnected and removed. The motors, brakes and couplings shall be dismantled without damaging the equipment and shall be handed over to BSP for future use. All the foundation bolts, coupling bolts shall be opened through tools. No gas cutting shall be allowed during dismantling of motors and coupling.  VFD panel shall be installed in existing Electrical control building.   1.4 IMPLEMENTATION STRATEGY  1.4.1 The complete job of “Replacement of DC motor with AC motor and VFD for Mixer cum Nodulising Drum of Sinter Machine-1, Sinter Plant-3” is envisaged to be executed through single package on Turnkey basis.   1.4.2 This tender specification pertains to be executed through single package on turnkey basis which includes installation of AC motor, Variable Frequency drive for MND motor, necessary cabling, interfacing with existing system, air conditioning and minor modification of civil foundation for placing motor drive etc.   1.4.3 Details Of Pre-Shutdown And Shutdown Activities With Duration 1.4.3.1 Details of activities pre-shutdown as well as during shutdown and their duration shall be mentioned by the bidder in their offer and also to be shown in the implementation schedule.  Employer shall give need based shutdown without affecting the shop operation.   Major jobs including interfacing with existing system shall be done by the bidder during one week of capital repair shut down of sinter machine 1.  1) Following are major pre shutdown activities: -  Tapping power from Substation 41  Cabling between Substation 41 to drive and from drive to new motor  Panel enclosure for drive system along with ventilation system  Installation and parameterization of drive  Earthing

BSP, SP-III  PAGE 1.3  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC mot or with VFD for mixer cum nodulising drum   1.4.3.2 Shutdown activities during 7 days annual/planned shutdown shall be as shown below:  Sl. No  Activity  Day 1 of Shutdown  Day 2 - 5 of Shutdown  Day 6-7 Shut down  Preliminary shut down to take out major portion of existing M ND motor.  Shop / planned shutdown   Chipping/ Dismantlin g of exist ing Motor foundation as per requireme nt to match t he shaft height of the gear box. Drilling & grouting of dowel s & RCC concreting with epoxy/non-shrink grouts to integrate the old concrete suiting to incoming load of proposed motor.   Necessary curing Civil activities during shutdown  Inline Inst allation of new moto r Cable term ination & Drives System Interfacing etc.  Motor installation, cable termination, drive interfacing etc  Preliminar y shutdown to take out existing t ransformer by dis connecting cable etc. Installation of new transforme r in existing t ransformer Shop / planned shutdown 

BSP, SP-III  PAGE 1.4  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  pane Cable termination to new transformer 1.4.4 Other site relat ed details 1.4.4.1 Details of ove r ground fa cilities at erection site which may need diversion and s pecialhandli ng equipment to be deployed at site, if any, are to be clearly brought ou t by the bidder in their offer.  1.5 INTENT OF SPECIFICATION  1.5.1 The intent of this tender specification is to furnish required details for enabling the bidder to submit their best offers (technical & commercial) as per the scope of work mentioned at chapter 2.0, technical specifications at chapter 3.0, and commissioning & performance guarantee at chapter 4.0.   1.5.2 This tender specification shall be read in conjunction with other documents enclosed with the NIT.   1.6 SITE VISIT AND OTHER REQUIREMENTS  1.6.1 The bidder shall visit the site, study drawings/ documents and discuss with the employer/ consultant, if required, regarding any technical clarification and get satisfied with respect to the nature and extent of work involved. The bidder shall also obtain first-hand information regarding location, work terrain, climate condition, railways, roads, airports and communication etc. before offering the bid for the job.   1.6.2 All materials/ equipment/ machinery/ fabricated items used in the subject package shall be according to the specification given herein and any deviation should be clearly brought-out in schedules of exclusions and deviations attached with this TS. No mention of exclusions and deviations will mean that the bidder has accepted the scope and specification given herein.   1.7 DRAWINGS AND TECHNICAL DOCUMENTS TO BE SUBMITTED WITH THE OFFER 1.7.1 The Bidder shall submit along with the bid, drawings / documents / data as per the following details:  1) kW rating calculation & Data sheet & GA drawing of proposed motor   2) Single line diagram. 

BSP, SP-III  PAGE 1.5  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum   3) Manufacturers' catalogues/ brief technical descriptions of offered equipment and bought-out items.   4) Schedule of quantity of equipment.  5) Delivery/ commissioning schedule (Bar chart/PERT Network).   6) Weight and mounting arrangement of motor  7) Details of major construction equipment required for carrying out the job within the stipulated time which they possess, with location and details of construction equipment, which they would hire to facilitate the dismantling, and construction activities.  1.7.2 Drawings & documents listed are minimum requirement only.  The Bidder shall ensure that all other necessary write-ups, curves and information, required to fully describe the equipment and system offered, are submitted with this offer.   1.8 SCHEDULES TO BE DULY FILLED AND SUBMITTED WITH THE OFFER  1.8-1  Declaration of site visit  1.8-2  List of exclusions  1.8-3  List of deviations  1.8-4  List of recommended spares for two years normal operation  1.8-5  List of commissioning spares  1.8-6  List of special tools and tackles  1.8-7  List of first fill of oils and lubricants  1.8-8  Details of authorised person of bidder during tender evaluation   1.8-9  Requirement of construction water & power. 

BSP, SP-III  PAGE 2.1  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  2 SCOPE OF WORK  2.1 GENERAL 2.1.1 The bidder shall be responsible for execution of the jobs envisaged for “Replacement of DC motor with AC motor and VFD for Mixer cum Nodulising Drum of Sinter Machine-1, Sinter Plant-3” on Turnkey basis.  2.1.2 The scope of work shall cover design, engineering, procurement, manufacture, fabrication, supply, transportation, insurance, storage, handling, dismantling & removal of debris, construction, erection, testing, commissioning, stabilisation and demonstration of performance guarantee of the complete plant and equipment to the satisfaction of the employer. The plant and equipment supplied shall be new and best of its kind.  2.1.3 The scope of work also includes considering the prevailing site condition, dismantling, civil work & structural work, modification in the existing system (if required), diversion/ relocation/ protection of existing over ground and underground facilities interfering with the proposed units in agreement with the Employer. The equipment and facilities envisaged shall be suitably accommodated without any hindrance/ fouling with the existing over ground and underground facilities. The bidder shall also consider site condition/ adequacy of area as available at site.  2.1.1 All indigenous items shall be as per the List of Acceptable Makes of equipment and supplies furnished in Annexure-2.1.4-1 attached along with NIT.  Also please note that:   a) Where more than one Vendor is listed, the Contractor is free to choose any of them, but it must notify the Employer of its choice well in advance prior to appointing any selected Vendor.  b) The contractor shall not be permitted to propose a new vendor for items where at least three approved vendors are available for providing supplies. However, where at least three vendors are not available to provide supplies, the contractor may propose additional vendors for approval of the employer. The employer shall intimate their decision within a period of 14 days of submission of request along with all supporting documents by the Contractor. 

BSP, SP-III  PAGE 2.2  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  c) No approval of the Employer is required to be obtained by the contractor for procurement of items that are not listed in Annexure 2.1.4-1.  d) The list of approved vendors is not applicable for imported equipment/ items whose prices are in foreign currency unless explicitly specified in Technical Specification  e) Motor and drive shall be from the same manufacturer.  2.1.4 Layout of plant and equipment shall have provision for easy and safe movement of operation/ maintenance personnel for operation/ inspection of the running plant. Adequate space for dismantling/ removal of equipment/ parts for repair shall also be built in the layout.   2.1.5 All the manufacturing/ fabrication works shall be carried out only on the basis of approved drawings and schemes or as directed by the employer. Approval given by the employer shall not relieve the bidder of any obligations under the contract.   2.1.6 Wide Parallel Flange Beam (WPB) and Narrow Parallel Flange Beam  (NPB) sections, being produced by SAIL, shall be used. In case of non- availability /non- suitability of WPB or NPB sections, tapered rolled SAIL sections or built up sections using SAIL steel shall be used. This is in addition to the relevant clauses of SBD with regards to usage of SAIL steel.  2.1.7 Any equipment/ work/ service, which may not have been specifically mentioned in this document but is necessary for completeness of the work, shall be clearly brought out in the offer and included in their scope of work.  2.1.8 Scope of Services 1) Receiving of equipment from bidder’s stores/ employer’s stores and transportation to site.  2) Unloading of equipment at site, unpacking, cleaning up, and checking for completeness and transportation to site for erection.  3) Transferring of centre lines and levels from standard benchmark(s), including geodetic survey.  4) Filling of lubricants/ grease as per manufacturer’s instructions.   5) Supply of all erection consumables like oil, kerosene, cotton waste, oxygen and acetylene gas cylinders, electrodes, asbestos sheets, asbestos ropes, sealing compounds etc. 

BSP, SP-III  PAGE 2.3  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  6) Arranging tools, tackles, construction & erection machineries, cranes and other handling & testing equipment, scaffolding, temporary platforms, erection fixtures, skilled/semi- skilled/unskilled personnel etc  7) Required loading/ unloading /  transportation of the equipment part, which may require repairs at employer’s repair shop(s).  8) Arranging inspection of equipment at manufacturer’s/ sub- supplier’s works wherever required as per approved QAP.  9) Arranging and rendering equipment and personnel to employer for checking the correctness of the work in progress.  10) Submission of test certificates and data sheet from approved third part testing laboratory or manufacturer respectively.  11) All equipment shall conform to the relevant provisions of Statutory and other Regulations in force such as Indian explosives Act, Indian Factories Act, Indian Boiler Regulation, State Factories Act, Indian Electricity Rules, Central Pollution Control Board, Indian Weights & Measures Act as applicable. The bidder shall provide all necessary assistance to the employer to get all the installations within the scope of supply approved by the concerned legal authorities.  12) Any rectification / modification of existing facilities required during erection of equipment.  13) The bidder shall be responsible for protection and / or diversion of underground and all existing over-ground services, wherever required and / or diversion of the underground services which are indicated in the drawing made available to the bidder.  In case there are under-ground services which need to be protected and / or diverted but are not shown in the drawing, the bidder shall be responsible to execute the same at extra price, if any, to be mutually agreed between bidder & employer.  14) Sundry works such as making of holes, grouting, chiselling of holes/ opening through walls, ceiling, floors, steel structures, etc. including providing inserts as per requirement, cleaning of site periodically and at the time time of final handing over.  15) Periodic transportation including Loading, unloading and spreading the unserviceable material, debris & surplus excavated earth with all lift and lead within plant premises unless otherwise specified. 

BSP, SP-III  PAGE 2.4  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  16) All instructions in the manuals for assembly, erection, testing and commissioning of the equipment shall be in English.  17) Clearance of installations from the statutory and other concerned authorities on behalf of Employer. The successful bidder shall also assist in preparing application forms, providing necessary drawings, documents, test certificates etc., including necessary co- ordination with statutory and other concerned authorities.  2.1.9 Implementation Schedule 2.1.9.1 The project shall be implemented within a period of 12 (twelve) months from the effective date of contract up to commissioning.   2.1.9.2 An indicative implementation schedule is shown at Annexure 2.1.9.2-1 . However, the bidder may improve upon the same and submit a schedule with their offer, showing all major activities, with respective duration proposed.  2.1.10 Discipline wise scope of work has been elaborated in the subsequent clauses of this Chapter. 

BSP, SP-III  PAG E 2.5  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC m otor with VFD for mixer cum nodulising drum  2.2 ELECTRICAL & AUTOMATION  2.2.1 The major equipment/ system in the scope of work shall include but not limited to the following:  Sl. No.  Description  Qty.  1. Tapping Power at 6.6kV from existing HT switch board  6.6 KV feeders available at substation 41. Bidder shall tap power from one of these feeders , after installing su itable numer ical relay and meters on this inco mer  1 Lot.  2. Variable Frequency drive (VFD)-  Variable fr equency dri ve drives shall be provided fo r new AC  motor for mixer and nodulising drum.  Indo or isolator shall be provided be fore VFD.   Location: Ex isting Electric al control building in a separate AC enclosure  1 no.  3. Spare VFD Panel mou nted VFD a nd cable connection arrangemen 1 no.  4. Transforme r for VFD  Only extern al transformer shall be used. It shall be installed in existing 5 00V transformer pane after disman tling the sam e.  1 no.  5. AC Motor  Suitable ca pacity induc tion motor shall be provided. B idder shall m atch the foot print of the new mo tor with existi ng motor.  1W+1standby  6. Interfacing with existing PLC system   Existing mo tor is controlle d by Rockwell Control Logix system All necessar y signals for o peration & controls of VFD shall be hardwired to this existing PLC.    Lot. 

BSP, SP-III  PAGE 2.6  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  7. PC based workstation for operation and control of proposed drive   Location: existing Electrical control building  1 set  8. Unint errupted Pow er Supply (UPS)  Dual Parallel redu ndant UPS system having comm on battery ba nk of suitable rating shall be provid ed for feedin g power supply to new drive system , PC based w orkstation etc.   1 Set  9. LT Power tapping  for ACVS  and UPS from existin g PDB   Lot  10. Suppl y, laying and t ermination of cables 6.6kV UE HT power cables for incoming supply to pro posed system  Power and control cable  for new AC motors  Lot  11. Earth ing & lightnin g protection  Earthi ng system sh all be provided as per IS 3043:2018 and Lightning protection system shall b e as per IS 23 09: latest revision.   Lot  2.3 UTILITIES  2.3.1 Air-condition ing Split type air conditioners f or new drive enclosure with 100 % standby shall be provi ded. 2.4 CIVIL  2.4.1 The scope o f the works cover design, engineering, preparation of general arran gement and detailed working drawings, obtaining the approval of the same from the purchaser/ consultant and construction of the civil eng ineering work s complete on turnkey basis. 2.4.2 The entire wo rk shall be as per IS of latest edition of Bureau of Indian Standards (BIS ) and technica l specification of this document.   2.4.3 The scope of construction work shall include supply of all labour, materials, too ls and tackle s, plant and equipment for carrying out

BSP, SP-III  PAGE 2.7  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  surveying, site clearance, production and laying of controlled concrete, curing, laying and cutting of reinforcement, bar bending, lapping, welding of base frame, binding, drilling/chipping in existing structures, & bitumen painting. The scope also envisages adequate safety to workman involved in the proposed construction work as per standard codes and plant safety norms.  2.4.4 The major units for civil construction in addition to scope described elsewhere in the TS are as described below:  1) Existing motor foundation shall be utilized for mounting the proposed equipment. All necessary modification and strengthening of existing RCC foundations of MND motor suitable for new AC motor shall be done as per technological, system & site requirement for new incoming loads of equipment. This may involve modification of base plate, anchor bolts including drilling & dowelling in existing foundation. To keep the shutdown minimum (refer clause 1.4.3) use of non-shrink grout/rapid hardening concrete / micro  concrete shall be under the scope. Existing motor foundation drawing attached as annexure 2.4.4-1. 2) New panel enclosure with glazed aluminium partition with doors in existing ECR.  3) Minor civil works like chipping/dismantling of existing floors, drilling & dowelling, cable trench with cover for routing of cables, making of pedestals/base frame wherever required for placing panels & other electrical equipment as per technological & process requirement. Use of diamond cutter for dismantling shall be resorted to get the job done in minimum shut down time.  4) Grouting of under base plate, bolts/pockets using Non-shrink grout/epoxy as per requirement for all civil works.  5) Restoration of all dismantled facilities/structures/floors to original condition. 2.4.5 The scope of work shall also include all dismantling, diversions, protections, of service lines wherever necessary with the approval of employer and/ or his consultant.   2.4.6 Shut down requirement, if any, for civil works shall be planned in consultation with BSP (SP3) Operation in such a way that it matches with the normal shutdown periods of the shop. Special care shall be taken to protect the existing adjoining foundation and facilities, and execution

BSP, SP-III  PAGE 2.8  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  shall be planned in such a way that there is no disruption of normal working of Plant.  2.4.7 As most of civil works are to be done in running plant beside mixing drum & other electrical equipment, safety barricades are to be installed at construction site. Suitable protection like shoring & strutting to be considered for construction of foundations which are very near to existing foundations of structures/equipment for ensuring safety & stability.  2.4.8 If felt necessary for adherence to time schedule, Bidders shall use high strength micro-concrete with compatible curing compound from reputed Manufacturers as per their specifications (SIKA, BASF, FOSROC or equivalent).  2.4.9 The bidder should visit the work site and completely acquaint himself of the site and local conditions, presence of existing underground/over ground structures/facilities/ services, study existing drawings, check availability of constructional materials, work restrictions, safety hazards, sub-soil conditions, GWT soil data (also described here), obstructions and other details before submission of tender. After submission of price bid no claim whatsoever on account of the site conditions shall be entertained.  2.4.10 The other Scope of work for the Bidder shall also include:  a) Transferring & fixing of reference lines & bench marks for set up of layout & construction / erection works.   b) Shoring or protection work as required.   c) Disposal of debris got out of dismantling, loading and unloading the same at 10km from the site.  d) Sampling & testing of construction material on the specimens taken during execution of the work. The testing shall be performed by a separate agency, approved by the purchaser. e) All construction equipment required for execution of the work shall be arranged, procured & hired by Bidders along with operations, skilled & semiskilled personnel. The Bidders shall also furnish a list of construction equipment to be deployed by him.   f) Transportation of surplus earth to a place earmarked by employer.  g) The Bidder shall also be responsible for co-ordination with other agencies working for the successful and timely implementation of the work.   h) The Bidder shall abide by the safety rules and all rules imposed by State Government & Central Government as in force.  

BSP, SP-III  PAGE 2.9  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  i) The Bidder shall render all labour, tools and appliances to the purchaser for day-to-day supervision of the work & checking of the accuracy of works.  j) The scope of work of bidders is not limited to the major item of civil works as elaborated above but includes all civil works required for the successful completion & commissioning of the project without any extra cost.  2.4.11 Site office and storage go-downs for cement & other construction material and fabrication yard for reinforcement, inserts etc. shall be constructed by the bidder at own cost. 2.5 DRAWINGS AND TECHNICAL DOCUMENTS 2.5.1 Following drawings and documents are to be submitted by the bidder within 30 days of effective date of contract.  1) AC Motor kW Calculation & data sheet 2) Drive sizing calculation 2.5.2 Following documents are to be submitted by the bidder within 60 days of effective date of contract.  1) Un priced PO of motor  2) Un priced PO of VFD  2.5.3 The following drawings / documents shall be submitted by the bidder after placement of order:-  Discipline  Description  Process and Technology  1) L-II network (To be submitted within 3 weeks of placement of order)  2) QAP  3) Layout of panels  Electrical  1) Single line diagram   2) GA, Data sheets and BOM of VFD drives,   3) GA, Data sheets & Characteristic curve of MND motor.  4) Data sheet of HT, LT Power & Control cables  along with  Cable routing layout and cable schedule 

BSP, SP-III  PAGE 2.10  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  Discipline  Description  4)  Earthing drawing  Process control and Automation  1) Data sheet of PC based Workstation  Civil  1) Design Criteria   2) Anchor bolt plan & bar bending schedule  Utility  1) GA of Air conditioning sy stem  Manuals  1) Operation Manual  2) Maintenance Manual  3) Erection Manual  2.5.3.1 The drawings/ do cuments submitted after place ment of order shall be submitted for app roval as per SBD Cl. No. 20.3. The drawings of sub- suppliers shall be duly vetted and stamped b y the principal bidder before submission to employer.   2.5.3.2 Drawings shall be submitted in pre-decided and agreed sequence. In order to expedite the approval of drawings, engineering meeting shall be routinely held with the bidder at plant/ consu ltant’s location every 2 to 4 weeks for cl earing of drawings across the table and sorting out issues, if any.  T hese meetings are to be he ld during the entire engineering phase of a project.  2.5.3.3 Drawing / docume nt submission methodology :   The Contractor s hall submit 2 hard copies of the drawings to the consultant and 3 hard copies to the Employer for approval in accordance with Sub-Clause 20.3.1 to 20.3.3 of SBD. Within fourteen (14) days after receipt by the Project Manager /  Consultant o f any drawings /  document, the comments of consultant along with the comments from employer shall be incorporated in the hard copy and necessary stamping shall be done by the consultant. Hard copy of commented drawing /(OR) Scanned copy of the stamped drawing shall then be handed over /  mailed to the Contractor by the consultant. Within seven (7) days after receipt of the commented drawings from consultant, the Contractor shall take out 5 prints of the same and out of these, 4 hard copies shall be sent to the employer and one hard copy shall be sent to the consultant. In case, the drawing is not approved, the Contractor shall prepare the revised drawing, after suitably

BSP, SP-III  PAGE 2.11  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  incorporating the comments given by employer/ consultant, and submit the same for approval, in 3 hard copies of the drawing to the consultant and 3 hard copies to the employer for scrutiny within 10 days from the receipt of commented drawings from the Consultant. The above process shall be continued till the drawing is approved. Hard copy of approved drawing /  (OR) Scanned copy of the approved drawing shall then be handed over / mailed to the Contractor by the consultant. Within seven (7) days after receipt of the approved drawing from consultant, the Contractor shall take out 5 prints of the same and out of these, 4 hard copies shall be sent to the employer and 1 hard copy shall be sent to the consultant.  The Contractor shall submit hard copy (3 sets) and soft copies of as built drawings (5 sets) on flash drive (pen drive) in true pdf or tiff format (full set of drawings as per the approved drawing list) after Commissioning Test as per clause 20.3.10 of GCC. Layout drawing shall be submitted in AutoCAD format and other drawings in readable true pdf/tiff format. Manufacturing drawings of critical parts, spares and fast wearing parts shall be supplied by the bidder. However, manufacturing drawing for fast wearing parts that are of proprietary nature of bidder & bidder’s sub-vendors may be excluded.  2.5.3.4 Format of bidder drawing list shall have minimum following fields:-  1) Sl. No.  2) Employer drawing No  3) Bidder drawing No  4) Name of consortium member  5) Area  6) Drawing/Document Name  7) Category (Approval/Reference)  8) Discipline   9) Stage (BE/DE)  10) Schedule date of submission  11) Remarks  2.5.3.5 Drawing list shall be in excel format. Any additional field, if required, shall be added after Column 11. In case the drawing has more than one sheet, employer drawing shall include the sheet number as part of drawing number. 

BSP, SP-III  PAGE 2.12  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  2.5.3.6 Editable format soft copies (3 sets) on suitable media of all As-Built” drawings (full set of drawings as per the approved drawing list) and manufacturing drawings of critical parts, spares and fast wearing parts shall be supplied by the bidder.  2.5.3.7 In case the proposed plant uses any process, equipment or software which is covered under any patent and SAIL is required to have the relevant user’s license for the same, the scope of work of this tender shall include transferring such licenses to SAIL and indemnifying SAIL against infringement of any intellectual property rights.  2.6 BATTERY LIMIT Incoming    Electrical  1. HT Power Supply at 6.6 kV for proposed drive  from spare feeders available at HTSS-41.  Process Control & Automation  1. Interfacing of proposed drive with existing Rockwell Control Logix PLC   2.7 EMPLOYER’S OBLIGATION Construction water and power shall be provided to the bidder as per SBD Cl. No. 20.4.2 and 20.4.3. Providing shutd own as planned.  2.8 TRAINING The bidder sha ll make arrangement for training of em ployer’s and consultant’s per sonnel in the area of design & engineering, operation & maintenance of plant and equipment under the scope of wo rk as below:  1. On s ite for 20 man-days  2.9 The bidder will identify any hazard /  risks  which may r esult in fatal accidents /  sev ere damage to human health and safety , damage to equipment and material resulting in loss of time and having cost implication. The bidder will carry out the above assessment and formulate appropriate action plan to prevent such incidents. This action plan shall be submitted to the Employer before start of the work.  

BSP, SP-III  PAGE 3.1  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  3 TECHNICAL SPECIFICATION  3.1 GENERAL 3.1.1 Plant Location   Bhilai Steel Plant is situated in Durg District of the state of Chattisgarh.  The plant is located in the immediate vicinity of Bhilai Railway station on   Howrah - Nagpur - Bombay railway line. The average elevation of the site is 305 m above mean sea level.  3.1.2 Climatic Conditions  3.1.2.1 The region is characterized by a tropical climate with heavy rains in June, July, August and September. Remaining months of the year have sunny days with almost no rains.  3.1.2.2 The meteorological data for Bhilai is as follows:  Air Temperature  Absolute Maximum  48 o Absolute Minimum  4 o Average  35 o Average temperature (winter)  20 o Average temperature (summer)  37 o Relative Humidity  Maximum  100 %  Minimum  7 %  Rainfall  Highest Annual  1644.8 mm (1981)  Highest Monthly  551.2 mm (1990)  Highest. Daily  182 mm (1982)  Maximum wind Velocity  12.44 m/sec  Earthquake Factor  As per IS 1893 –  1991 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.2  CET/01/BH/5041/TS/EE/01/R=0  3.1.3 Nearest Airport  The nearest domestic airport is at Raipur, which is 30 km away from Bhilai.  3.1.4 Communication Facilities  Postal, Telegraph, Telephone, Internet and Fax facilities are available at Bhilai.  3.2 ELECTRICAL  3.2.1 Basic Site / Design Condition  3.2.1.1 All the equipment & components shall be located in hot, humid, tropical and dusty atmosphere in an adverse industrial environment as prevalent in Sinter Plant-III of BSP. For the purpose of equipment design, the ambient conditions are to be considered as 50ºC ambient temperature & 100% maximum relative humidity. All equipment shall be de-rated for 50ºC if not designed for 50ºC.  3.2.1.2 All equipment shall be suitable for continuous operation delivering rated output without affecting system performance under such variation in power supply as stated above.   3.2.1.3 All equipment shall conform to the Technical Specification, in case of any deviation same has to be explicitly spelt out, specifically discussed and mutually agreed upon between the Bidder and the Employer.  3.2.1.4 Standards  a. The electrical equipment/ items shall be designed, manufactured, installed and tested in accordance with latest IS/ IEC, as applicable to respective equipment.   b. All equipment/ items shall generally comply with the latest revision of the following Indian Electricity Rules, 1956 (latest revision).  c. Indian Electricity Act, 1910 (latest revision).  3.2.1.5 All equipment/ items shall also comply with the statutory requirements of the Government of India, Chhattisgarh government.  3.2.1.6 The Bidder shall follow the safety rules of BSP and shall take clearance before starting the work, from BSP to ensure compliance to rules and extant practice.  3.2.1.7 Design and selection of equipment/ items shall be done taking into consideration of easy inspection, testing, maintenance, cleaning etc., to be carried out at site without disrupting process or taking prolonged shutdowns. 

BSP, SP-III  PAGE 3.3  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  3.2.1.8 Basic Design Parameter of Existing Power Supply System  1)  HT Power supply system Voltage   6.6 k V   Voltage variation  10 %  Frequency  50 Hz  Variation  5 %  Fault level at 6.6kV  40 kA for 3 sec  2)  LT Power supply system Voltage   415 V  Voltage variation  10 %  Frequency  50 Hz  Variation  5 %  Fault level at 415 V  50 kA for 1 sec  3)  Control supply 240 V AC  220 V DC  Any other voltage required by the bidder shall be derived by the bidder by installing suitable transformer.  3.2.2 Existing Equipment Specification  3.2.2.1 Existing Motor Specifications Type DC Motor (BHEL Haridwar make) Application  Mixer and nodulising drum   Duty cycle  Mill duty (S1) Rated power (50 deg C 730 kW Rated Speed   750 RPM 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising d rum  PAGE 3.4  CET/01/BH/ 5041/TS/EE/01/R=0  Rated voltage   500 +6 /- 9% V   Rated frequency 50 +4 /- 6% Hz   Full Load Current 1569 A   Excitation Current  14 A  Excitation type Separate  Excitation voltage  230 V  Electrical feeding  6-pulse 4-Quadrant Thyristor ized DC Drive (Make -  Siemens 6RA24)  Field feeding  Single quadrant thyristerized pack  No. of starts pe r hr.  20  FL torque  9295 Nm  St. torque  18590 Nm  Max. torque  16267 Nm  Acc time  7-10 sec  Efficiency 94.2(full load), 94 (75% load), 93.5(50% load), 90% (25 % load)  Degree of protection  IP 52  Method of cooling  TEFC, external blower  Insulation Clas Frame size  MDS 824M 

BSP, SP-III  PAGE 3.5  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC mot or with VFD for mixer cum nodulising drum  Weight  8200 Kg  Shaft extension provision  For tacho  RTD  Fo r stator winding & beraing  Reducer  Parallel shaft, gear ratio 1/28.3 Mounting  B3 Bidder to refer “Data sheet & GA of existing MND m otor” attached as Annexure-3.2.2.1-1.  3.2.2.2 Details of existing Mix er cum Nodulising Drum  Mixing cum Nodulisi ng Drum (MND) is a single rot ary drum in which mixing of raw charge required for sintering takes pla ce. After Mixing of raw charge water addition and nodulising also takes place in MND.   Equipment Type Rotary Drum Type Design Capacity 860 T/Hr Addition of water 40 T/Hr (max) Charge Method Belt Conveyor Retention Time of raw material Approx 5 min (at max. speed)  Inside Drum Dia 4.6 Mtr   Drum Length 21.0 Mtr  Space factor  12.7 % at max. speed  Drum revolution   approx 5 rpm (at max. speed)  Inclination  1.83 deg  Direction of rotation Clockwise looking from charging side  3.2.3 Proposed Motor  Exact size of the motor shall be calculated and submitted in the offer. The motor shall be s o designed so as to match the starting, maximum and nominal torque requirement of the existing motor. Also the

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.6  CET/01/BH/5041/TS/EE/01/R=0  overload capacity shall be at least 200% for 60 sec. in every 10 minutes duration.  The base frame shall be modified by providing proper seating arrangement for AC motor over the existing base frame such that the centre line of the gear box input shaft & motor input shaft are inline.  A spare motor shall also be supplied.  3.2.4 Brief Description of the Proposed System 3.2.4.1 Power at 6.6 kV shall be tapped from existing spare feeder available in  HTSS-41. New HT Power cables shall be provided from HT switch board to new drive and cable of suitable voltage from drive to new AC motor terminal as mentioned in Chapter 2.0.   3.2.4.2 The proposed drives shall be interfaced with existing PLC Rockwell Control Logix  . A PC based workstation shall be installed in the proposed electrical control building for operation and control of proposed drives and PD fan motors.   3.2.4.3 A standby drive shall also be panel mounted along with the working drive with changeover cable facility.  3.2.5 Variable Frequency Drives (VFDs)   3.2.5.1 Application  The specification of VFD covers design, manufacture, test supply and  delivery of Medium voltage AC drives including, but not limited to,  isolation transformer, VFD, input starter, power factor correction  controller, in accordance with this specification.  3.2.5.2 The VFD will be factory pre-wired, assembled and tested as a complete package by the VFD supplier. The specific drive, motor and application data will be pre-loaded into the operator interface and will be tested.  3.2.5.3 Standards  Applicable Standards  IEC61800-2, ANSI  DIN VDE IEEE 519-1992  3.2.5.4 Selection Criteria  Drive rating shall be based on kW rating calculation of proposed motor,  referred at cl 3.2.3.  Drive will be selected for precise speed regulation and energy optimization in order to meet the technological / process requirement. 

BSP, SP-III  PA GE 3.7  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC mot or with VFD for mixer cum nodulising drum  Drive configuration will be selected to contain the total harmonic distortion limit as per guide lines given in relevant IEEE standards.  3.2.5.5 Technical specification  The AC drive covered under the specification will be state of art in the area of control and regulation technology for AC drives and will meet the specifications as given below: S. No.  Item Description  Technical Specification  1. Input power supply  Voltage - 3 phase, 6.6 kV AC 10%   Frequency - 50 Hz 5 %. ( Drive can be 690V/6.6 kV as per the manufacturer’s standard)  2. Basic design  particular & Type of connection  Basic design particulars 54 pulse isolation transformer shall be provided   9 cells per phase (min 700V each) will be  there. Cell redundancy ha ving N+1 cells (cell topology) to be at  least considered in each ph ase.  C ell bypass feature with static sw itch.   Ba lanced voltage with no neutral sh ifting.  W ith dry type integrated tr ansformer.   D igital control technology with ve ctor control technique (with Pulse ge nerator feedback).  Su itable for constant  torque ap plications as per requirement of ex isting motor, requiring harmonic co ntrol as defined by IEEE 519-1992.  In sulation to be suitable for high sw itching frequency. The drives will ha ve following features: 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising d rum  PAGE 3.8  CET/01/BH/5041/TS/EE /01/R=0  S. No.  Item Description  Technical Specification  Fully regenerative topology for bi-directional power flow. D igital drives.  Surge suppressor  Pre-charging resistor  Provision for monito ring, modification, uploading and downloading of parameters from remote station.  Adaptable to actual su pply frequency.  Quick fault detection & quick response by the prote ctive devices.  Highly efficient ~98%.  Full integration with autom ation system.  Torque & speed control with high dynamic performance.  DC link capacitors & common DC bus  Provision of copper bus bars o r tin plated copper bus bars for AC o r DC bus bar system in the main drive panel.  Type of connection  Converter section  Insulated Gate Bipolar Trans istor (IGBT) based rectifier  Inverter section  IGBT based Sine coded P WM control   The inverter can be integr ated with Insulated Gate Bi polar

BSP, SP-III  PA GE 3.9  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC mot or with VFD for mixer cum nodulising drum  S. No.  Item Description  Technical Specification  Transistor (IGBT) based drives multi-level topology   VFD will communicate to basic automation system on system communication bus.   3. Drive contro ller technology  So ftware configurable with pulse en coder feedback (with sensor) or Se nsor less Dynamic Torque Vector m ode (single motor).  Fu ll, closed loop flux vector control w ill be available for constant torque ap plications.   4. Minimum nominal rating of VF D drive (Continuous rating)  1.1  x Rated kW of motor ( rated curre nt/full load current of the motor, )  Shor t time duty 150% of motor current ratin 5. Dv/dt at the motor terminals  Limit ed to 10V/µs If dv /dt exceeds more than above value Insul ation level of the motor needs to be incre ased as per the following:   Line to line stator rated voltage (Vac RMS Peak Line to Line Output voltage (Vpk)   690  2000  2400  3394  3300  4243  6600  9334  6. Overload ca pacity  150% for 1 minute  7. Efficiency  > 97 % or better at full speed and full load. 8. Power factor > 96 % from 30-100% power  9. Regulated power supply for Vo ltage variation of (+/-) 0.1 % with an input variation of +10%-15%. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising d rum  PAGE 3.10  CET/01/BH/5041/TS/EE /01/R=0  S. No.  Item Description  Technical Specification  reference setting  Steady state regulation of (+/-) 0.25% guaranteed against 10 0 to 200 % load disturbance and + 3 %, - 6% input supply frequ ency variation.   10. Ground fault withsta nd  In case of any ground fault, the AC d rive will be capable to withstand and will display the ground fault, without an y risk of shock  11. Coolin g medium  Forced air-cooled with fan redundan cy with automatic switchover facility/ w ater cooled unit 12. Enclosure protect ion  IP-21 or better 13. Constr uctional feature The drive will be modular desig n to provide for ease of mainten ance. Metal or glass barriers will be provided between each ve rtical section and between the low vo ltage compartment and the power c ell. It will have access to the low vo ltage compartment, with VFD energ ized, without exposed to any me dium voltage.  Microprocessor based control logic board with their power supply system will not be exposed to high volta ge.  Enclosures will be sealed to pro vide environmental protection and to eliminate radio frequency interference  Enclosures will be designed to a void harmonic and inductive he ating effects.  Power module will be short c ircuit proof.  Chronological fault message me mory

BSP, SP-III  PA GE3.11  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC mot or with VFD for mixer cum nodulising drum  S. No.  Item Description  Technical Specification  with LCD display  En closures will be designed for co nductive dust.  14. Main power components in incoming AC  side  Ci rcuit breaker complete with short circuit, over current and earth fault pr otection  M atching input isolation tr ansformer /  line reactor for ha rmonic and noise suppression.  AC line surge suppression network.  D C link with LC filter  Si nusoidal EMC filter  D i/dt filter  D u/dt filter   E MC filter  15. Load side components Fi lter network shall be designed to av oid spikes  supplied to existing m otor by the VFD output.    O ver-load relay for each motor.  Li ne contactors in output side (b etween motor and invertor).  O utput reactor /  terminator (if re quired)  16. AC- DC conve rter  Mini mum ratings power devices:  PI V rating: 2.5 times the peak value of line voltage.  dv /dt  rating: 200V/microsecond fo r voltage control and 1000V/ m icrosecond for inverter control.  D i/dt rating: 100A/ microsecond.   Fo r AFE the ratings will also match w ith the devices used in inverter se ction. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising d rum  PAGE 3.12  CET/01/BH/5041/TS/EE /01/R=0  S. No.  Item Description  Technical Specification  17. Control  Closed loop vector control /  Dire ct torque control with pulse enc oder feedback.  Microprocessor based d igital control system and suitable for four-quadrant operation, fully regenerative.  IGBT based Chopper unit for braking with dynamic resistor u nit ( optional not applicable in cas e of regenerative braking)  Full, closed loop flux vector co ntrol will be available for constant to rque applications.  Operating the drive with m otor disconnected.  Adjustable PWM carrier frequ ency within a range of 3 – 15 KHz.  Optimized energy flow feature  Output resolution : 0.01 Hz or b etter   Standard I/O board for incorporating interloc king, sequencing features.  18. Cable distance betwee n Motor and VFD un it  Vendor will clearly state the limita tions in cable distance. If output filt er is required to mitigate reflected wav es it should be available to the contr oller. Like Sine filter / Dv/ dt filter  If output filters are used in VFD u nit, a selective harmonic elimination switc hing technique must be employed to eliminate the potential harmonics.  19. Protect ive features  AC line surge suppression net work and over voltage protection.  Under voltage in supply network

BSP, SP-III  PA GE3.13  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC mot or with VFD for mixer cum nodulising drum  S. No.  Item Description  Technical Specification  Phase sequence protection and m onitoring  U nder voltage in DC bus  Over voltage in DC bus O ver speed monitor  O ver load  Ea rth fault  In stantaneous over current  Tr ansformer fault as applicable  C ooling fan failure  St all monitor for motor alarms  O ver current  pu lse encoder signal loss protection  M otor ground fault in stator circuit de tection  M otor stator winding and bearing RT D monitor, Vibration monitoring si gnals  and alarms  and its in terfacing with existing DCS system  In verter temperature monitoring  20. Annunciation Follo wing faults will be annunciated in keyp ad of the drive / HMI:  A C line surge suppression network an d over voltage protection.  U nder voltage in supply network  Ph ase sequence protection and m onitoring  U nder voltage in DC bus  O ver voltage in DC bus  O ver speed monitor  O ver load 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.14  CET/01/BH/5041/TS/EE /01/R=0  S. No.  Item Description  Technical Specification  Earth fault  Instantaneous over current  Transformer fault, If applicable  Cooling fan failure - Stall monitor for motor alarms  Motor fault (winding /  be aring temperature, vibration) as applicable  21. Meters Output voltmeter with sel ector switches.  3 nos. Output ammeters (one for each phase)  Input voltmeter and ammeter with selector switches.  Output frequency meter.   kW meter.   22. Selecto r switches  Local/ Remote, Auto/ Manual, M ain/ Bypass.  23. Push b uttons  Trip reset, Start, Emergency stop  24. Regula tion & contro l facilities  Drive ready.  -Drive trip.  -R, Y, B phase power ON.  -Control supply ON.  -All the lamps will be of cluster LED type.  -Reference speed setter  -Ramp generator  -Speed feed back  -Current feed back  -Trigger module  -Pulse transformers 

BSP, SP-III  PA GE3.15  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  S. No.  Item Description  Technical Specification  -Logic control module  -S equence module  -P ID control  -Zero speed /  over speed monitor as applicable  M omentary power loss restart.  A uto tuning.  C urrent limiter  C ounter current /  regenerative br aking unit as applicable  O utput signals for fault alarm, fr equency arrival, running signal  25. Remote control facilities  W ill have transducer to monitor the ou tputs like motor speed at remote pl ace / HMI.  Fa cility to accept speed reference fr om HMI / engineering station.  26. Communicat ion Bus  RS48 5 (Modbus, Profibus-DP, Devicenet & fo undationfield bus / profibus PA)  27. Operator panel Membrane k eypad  W ill be mounted on the front door of the unit.  Th e keypad will be logically de signed for two operating areas w ith required number of keys.  Local operator control like  Lo cal start /stop, Jog Forward / Re verse.  Pr ogramming   28. LCD display  Di splay will be black lighted, en abling viewing in extremes of lig hting conditions 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising d rum  PAGE 3.16  CET/01/BH/5041/TS/EE /01/R=0  S. No.  Item Description  Technical Specification  Display will be in alphanumeric (in English only)  16 characters, 2 lines.  All the faults stored in memory will be displayed by scrolling.   29. Constr uction feature Cable bottom entry.  Floor mounted, free standing  Dust and vermin proof  Sheet steel clad  Minimum 2.5 mm thick for panel s.  Minimum 2.0 mm thick for doors and side covers  Suitable to withstand vibrations t o be encountered in steel plant application.  Cubicles with illumination la mps, door switches, space heaters and adequate sockets for soldering.  All control blocks plug-in-type with necessary tests sockets.  Units will be self contained and serviceable.  All panels to be supplied with base frame, gland plate, etc.   30. Noise L evel  Maximum audible noise level wi ll be below 85 dB at a distance of 1 metr e.  31. Startup and Mainte nance Modul e handling tools  Easy to use PC software too l for startup and maintenance of driv es is included in Bidder's scope.  Provision of drive module han dling tools is included in Bidder's scope .   32. Techn ical data to be furn ished during detail e ngineering  Furnish detailed specification and technical data such as Qty, applica tion, type , drive rating, rated AC vo ltage

BSP, SP-III  PAGE 3.17  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  S. No.  Item Description  Technical Specification  output, rated output current per phase , overl oads(magnitude & duration),  effici ency, power factor, room ambient temp erature, considered for design, cooli ng type, cooling water and air temp erature considered for design , conv ertor cooling water details ( such as cooli ng system fine water circuit , clean indu strial water circuit /  distilled wate r with quality & quantity, water temp erature , approx. water outlet temp erature , protection class of water cooli ng unit, and maximum perm issible distance between conv ertor.  One number spare pa nel mounted VFD shall be supplied. This shall have proper cable arrange ment to chan ge over in case of failure of working drive.  The change o ver shall be done manually. However , input transformer shall be s ame for both working and standby drives.  3.2.5.6 Auxiliary Equipment  The VFD supplier will provide the fo llowing input impedance devices:  External, dry type con verter duty tra nsformer of suitable capacity.  3.2.5.7 Dry Type Transformer 1) Convertor duty t ransformers o f required capacity will comply with the following stan dards:  IEEE  444 – 1973 IS  4540 : 1968 IS  11171 : 1985  IS  2026 (Part 1,2,4) : 1977, (Part 3) : 1981, (Part 5) : 1994  2) The convertor transformer will be of duty class selected as per the operational requirement. However, the duty class will not be less stringent than T2 class of duty.  3) Specific features of dry type convertor transformer (AN) 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.18  CET/01/BH/5041/TS/EE/01/R=0  i) It will be air natural cooled type and suitable for outdoor  installation.  ii) It will be with class F insulating material in fibre glass with open-wound type copper windings with vacuum pressure impregnation and will be three phase.  iii) The degree of protection will be IP 21 and IS 13947 (Part1) : 1993  iv) 220 deg C insulation class, 150 deg C rise, AA Cooling Class.  v) Hot spot temperature will be less than 155 degC  vi) One (1) normally closed auto reset thermal switch per coil, wired in series to a terminal strip.  vii) Delta primary with 2 -5% taps  viii) Wye secondary winding (6 pulse or PWM rectifier).  ix) 5 to 8 percent impedance  x) Fully insulated from phase to ground and neutral to ground.  xi) Fully insulated between secondary windings (18 pulse).  xii) All mechanisms will be of stainless steel, brass, gun-metal or other suitable material to prevent sticking due to rust or corrosion.  xiii) The transformer and all its accessories will withstand system fault current for 2 sec without damage.  xiv) The convertor transformer will be supplied with surge suppressers.  xv) The transformer will be designed for continuous operation at its base kVA rating (natural cooling) without exceeding the temperature rise. The short time rating will be adequately designed to deliver the power demanded by the drive without loss of insulation life.  xvi) Forced cooled transformers are not allowed.  xvii) The following tentative fittings and accessories will be provided for each transformer  a) Rating & diagram plate  b) Off circuit links in the primary for voltage variation.  c) Earthing lugs & lifting lugs for complete transformer. 

BSP, SP-III  PAGE 3.19  CET/01/BH/5041/TS/EE/01/ R=0 Replacement of DC motor to AC mot or with VFD for mixer cum nodulising drum  d) The marshalling box will be as per IP-54 with lockable hinged door.  e) LV Cable box  f) LV insulator & terminals with proper class  g) The cable box length will be sufficient for glanding and termination of the cables.   3.2.6 PC based Workstation  Sl. No.  PC Components  Configuration  1. CPU  Intel Core (I7) GHz, 4 MB L3 Cache or higher in Same Series.  2. Motherboard  Intel Q 57 or better on OEM Motherboard.  3. Bus Architecture  Integrated Graphics, 2 PCI, 1 PCI Express x 1 and 1 PCI Express x 16  4. Memory  32 GB 1066 MHz DDR4 RAM  5. Hard Disk Drive   1 TB Serial ATA SSD.  6. Monitor  27”LED Color monitor   7. Keyboard  104 Keys K eyboard   8. Mouse  Optical Mouse 9. Bays  4 Nos. (2 Nos 5.25 inches for Optical M edia Drives and 2 Nos. 3.5 inches for Hard Disk Drives).  10. Ports   6 USB Port s (With at least 2 in front), audio ports for micro phone and head phone in front  11. Cabinet  Mini Tower 12. DVD RW Dri ve:  8X /24x/48 xDVD RW ( DVD multi Recorder) 13. Networking facility  2 nos. 10/100/1000 Mbps onboard integrated Network Interface RJ-45 port with re mote booting facility, remote system installation, remote wa ke up  14. Operating System  Windows 10 Professional or latest at the time of supply with  all necessary licenses  15. OS certification  Yes.  16. Power managemen Screen Bla nking, Hard Disk and System Idle Mode in P ower On, Setup Password, Power Supply SM PS Surge protected.  17. Preloaded Software  Norton, M cAfee, ETrust or equivalent antivir us (latest vers ion).  18. Warranty   3 years o n – site Comprehensive. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.20  CET/01/BH/5041 /TS/EE/01/R=0  3.2.7 HT Power Cables  3.2.7.1 The cable supplied shall work satisfactorily for the power supply system and climatic condition prevailing at the site.   3.2.7.2 Size of HT cables shall be selected based on load, short circuit level and 150 ms (which is more than breaker opening time).  3.2.7.3 The cables shall comply with the latest revision of the following Indian Standard Specifications and to the specific standards mentioned, if any, in the respective clauses:  IS 7098 (Part-1) : 1988  Cross linked polyethylene insulated PVC sheathed cables: Part 1 For working voltage up to and including 1100 V Including latest amendment and reaffirmed   IS 7098 (Part-2) : 2011  Crosslinked polyethylene insulated thermoplastic sheathed cables —  specification : Part 2 For working voltages from 3.3 kV upto and including 33 kV   IS 8130 : 2013 Conductors for insulated electri c cables and flexible cords Including latest amendment and reaffirmed  IS 5831 : 1984 PVC insulation and sheath of electric cables - Including latest amendm ent and reaffirmed  IS 10810 (Part .1 to 3) : 1985, 1981, 1981 Methods of testing of cables - In cluding latest amendment and reaffirmed  3.2.7.4 Technical Specif ication of HT 6.6kV Power Cables  Sl. No.  Tech nical Specification  1. Volt age grade   6.6 kV (UE)  2. Type XLPE  3. Core 3 cores  4. Con ductor   Circular conductor made of st randed and compacted electrical grade alu minium wires 

BSP, SP-III  PAGE 3.21  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC mot or with VFD for mixer cum nodulising drum  Sl. No.  Technical Specification  5. Size  240 mm 6. Conductor screened  Extruded semiconducting compound 7. Insulation High quality crossed linked polyethylene comp ound (XLPE) applied by extr usion process. The thickness of insulation shall be as recom mended in ISS for 6.6 kV grade.  8. Insulation screened  Core shielded with black ext ruded semic onducting compound followed by copper tape (0.3 kA for one sec, three cores comb ined, cores laid up)  9. Inner shea th  Extrud ed PVC inner sheath with non- hygro scopic fillers for suitably holdin g the cores in circular configuration.  10. Outer She ath  FRLS PVC  11. Shielding (Screening The conductor and the insulation shielding shall be made by extruded semi-condu cting comp ound. Nonmagnetic metallic tape shall also b e provided over insulation as addi tional screen ing. Additional screening (if any ) shall be pro vided.   12. Armouri ng GS fla t steel armoured  13. Maximum conductor temperatu re with rated current  90 o 14. Maximum conductor temperatu re withstanding ability dur ing 250 o C

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.22  CET/01/BH/5041 /TS/EE/01/R=0  Sl. No.  Technical Specification  short circuit.  15. Only type tested design tested in STL accredited laboratory shall be a cceptable.  3.2.8 LT Power & Co ntrol Cables  3.2.8.1 The cable suppl ied shall work sa tisfactorily for the power supply sy stem and climatic con dition prevailing at the site.   3.2.8.2 LT power cable upto 240 sq. mm can be used. Control cables coming to PLC shall be of 1.5 sq. mm and rest all shall be 2.5 sq. mm copper cable. Signal cables sh all be of 1.5 sq. mm copper.  3.2.8.3 The cables shall comply with the latest revision of the following Indian Standard Specifications and to the specific standards mentioned, if any, in the respective clauses:  IS 1554 (Pt 1) : 1988  PVC insulated (Heavy duty) electric cables  IS 7098 (Part-1) : 1988  Cross linked polyethylene insulated PVC sheathed cables: Part 1 For working voltage up to and including 1100 V  IS 8130 : 1984  Conductors for insulated electric cables and flexible cords  IS 5831 : 1984  PVC insulation and sheath of electric cables   IS10810 (Part.1 to 3) : 1985, 1981, 1981   Methods of testing of cables  3.2.8.4 Technical Specification of LT Power and Control Cables  Sl.No  Technical Specification  1. Grade 1.1 kV grade   2. Core (P ower)  3 Core for motor feeder,   3.5 for power feeder 3. Type   Heavy duty, XLPE/ PVC insulat ed,

BSP, SP-III  PAGE 3.23  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  Sl.No  Technical Specification  armoured, FRLS PVC sheathed.  4. Conductor   Pow er cable: stranded aluminum conductor   Con trol : annealed tinned high conductivity stranded copper con ductor  5. Inner Sheath Extr uded PVC (ST2)  6. Armouring   GS flat/ round steel armoured  7. Outer Sheath FRL S PVC  3.2.9 Cabling and Accesso ries  3.2.9.1 Termination and jo inting of ca bles shall be made with double compression type br ass cable gla nds and crimping type cable lugs. Aluminium conducto r cables shall be terminated with aluminium lugs and copper conducto r cables shal l be terminated with tinned copper lugs. Straight throu gh joints sha ll be heat shrink resin type with complete kits.  3.2.9.2 Termination of cables shall be mad e with heat shrink type termination kits of appropriate vo ltage grade.  3.2.9.3 Installation of Cables 1) Cables shall b e taken insi de the cabling space below the switchgear, rem ote control pa nels & other equipment in the plant or in existing c able trench e tc in ladder/ perforated type cable trays.  2) Generally cables shall be laid on the cable trays exposed. However, where protectio n is required from mechanical damage and/or radiation of hea t, this protect ion shall be given by GI conduits/ GI

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.24  CET/01/BH/5041/TS/EE/01/R=0  pipes of suitable sizes. GI pipes shall be medium gauge, hot dip galvanised electric resistance welded (ERW) screwed type conforming to IS 1239 (Part-I)-1990. GI conduits shall conform to IS 9537 -1980.  3) All cables shall be protected by means of GI pipes or sheet metal protective cover up to a height of 1500 mm from the working floor level and platforms for protection against mechanical damage. About 40% of the pipe/ conduit space shall be kept vacant for easy pulling of cables.   4) Cables coming out of the underground cable trench or building or concrete cable duct shall be protected by GI pipes at the point of exit of these places and all these exit points shall sealed against water seepage and entry of creeping reptiles with fire proof materials. In case of road/ railway crossing, suitable hume pipes shall be considered.  5) Power cables and control cables shall preferably be placed in separate racks. Where this is not possible, power cables and control cables shall be spaced with a distance.  6) All cables shall be provided with identification tags indicating cable numbers in accordance with the cable/ circuit schedule at 20 metre spacing for straight runs, at bends in the run. The tags shall be of aluminium sheet with numbers punched on them and securely attached to the cables with non-corrosive wire.  7) Individual cores of control cables shall have plastic identification number ferrules at both ends of the circuit.  8) All cables shall be tested for proper insulation before laying. Cables shall be laid in a proper manner so that there shall not be any damage to the cable, no kinks or twists in the cable during cable laying. All spare cores of the control cables shall be neatly bunched and taped at both ends.  9) Cables shall be clamped in the racks at an interval of 1500mm in both vertical and horizontal run with aluminium alloy clamps.   10) Where a number of GI pipes or conduits are run in a bunch, adequate number of spare pipes (30% or minimum two nos.) of comparable diameters shall be kept for future use.  11) Flexible GI pipes/conduits shall be used at the termination points of cables where cables are to be terminated to vibrating and or rotating equipment or where chances of vibrations shall be there at the time of operations. 

BSP, SP-III  PAGE 3.25  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  3.2.10 Earthing System  Earthing shall be as per IS 3043-2018.  Bidder shall submit earthing calculation.    Electrical Earthing shall be designed with adequate no. of pits to achieve earth resistance value less than 1 ohm. Separate electronic earthing shall be provided for MV drives, electronic loads. Electronic earthing shall be designed to achieve earth resistance value than 0.5 ohm.   3.3 UTILITIES  3.3.1 Air Conditioning   Sl. No.  Premises  Type of AC system  Inside Condition to be Guaranteed by the Contractor  1. Drive panel enclosure  Suitable capacity Split Air conditioners  Inside condition: 23 o C + 2 o C & 50% + 5% R.H throughout the year.  3.3.2 Split Air Conditioning System  1) The Contractor shall design the system in such a manner that the temperature inside the air conditioned premises shall not exceed 23 o C+2 o C (DB) and 55%+10% (RH) throughout the year. The measurement w ill be take n 1.5 m above floor level at any location inside the propo sed room s.  2) Modules of 1.5/ 2.0 TR sha ll be selected with 100% s tandby.   3) The Refrigeran t used s hall be selected from internationally accepted latest norm.  4) Split type air-c onditionin g unit shall comprise of hermetically sealed compres sor, air co oled fin-tube condenser , low noise, low speed, statically & dynam ically balanced forward c urve centrifugal fan, dry type ste el wire r einforced HDPE air filter, volume control damper, fin-tub e evapora tor coil made of heavy d uty copper tube and integrally f inned cor rugated copper fin, driv e motor, heavy gauge sheet metal cabinet, vibration isolator pad, condensate pan, control and instrumentation system, etc. The split air-conditioners shall conform to IS: 1391(Part I)-1992.  5) The Split type air-conditioners shall be energy efficient, BEE 5- star rated of approved quality and approved make and shall be supplied with DOL starter, cables, etc. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.26  CET/01/BH/5041/TS/EE/01/R=0  6) The refrigerant used shall be for refrigerant R 410 A/R 407A or latest.  7) The Contractor shall select the capacity of the air-conditioning system based on actual solar & internal heat load of the rooms. The Contractor shall submit heat load calculations and equipment sizing calculations for the air-conditioned premises along with the offer.  3.4 CIVIL  3.4.1 Design Basis  1) This specification covers the design criteria for Civil Engineering work for the jobs mentioned in the civil scope of this Tender Specification .  The term ‘Design Criteria’ includes loading standards, permissible stresses, functional requirements and quality standards to be adopted as a basis for preparation of designs and drawings by the successful bidder.   2) The design prepared by the bidder shall not only provide for the requirements indicated in this specification but also consider the overall process requirements, service conditions and provisions to be made for future expansion. The design shall be compatible with the operating conditions in the plant and the atmospheric conditions prevalent at Bhilai steel plant. This being a construction project in working plant while designing and preparing new facilities the contractor shall take into account the existing structures, foundations, drains, etc.  of the existing units and modify them, if found necessary, to match with the new ones.   3) Standardization and unification shall be carried out to the maximum extent possible and in the interest of standardization Bhilai Steel Plant reserves the right of selecting a particular make of materials and components. The Successful bidder shall supply materials/components of that particular make, if so required.  4) In this specification the words ‘approved make’, approved manufacturer’, etc. shall mean the ‘makes’ and ‘manufacturers’ as approved by the Engineer or as per BSP’s list of such ‘makes’ and‘ manufacturers’.  5) The agency engaged for the purpose of Design, Engineering and execution of Civil engineering work shall have adequate infrastructure, resources & experience in Jobs of similar nature and shall be approved by Consultant CET/BSP.  3.4.2 Standards  1) The design criteria for civil engineering work shall be in accordance with this specification and relevant IS. Unless otherwise mentioned in the specification, the latest edition of all applicable

BSP, SP-III  PAGE 3.27  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  codes and standards as published by the Bureau of Indian Standards on the date of award of contract shall govern the work in respect of design, detail engineering, construction /  erection, quality, properties of materials and method of testing.  2) The design, detail and execution of civil engineering works shall be as per the latest code of practice prepared by the Bureau of Indian Standards (IS) Specifications/ Indian Road Congress and Specifications published by Ministry of shipping & Transport (MOST).  3) In respect of safety  & all other statutory requirements; the stipulations & rules of Departments/Agencies of the Govt. of India, stipulations of the Indian Factories Act, Government Safety Rules, Stipulations & rules of Chhattisgarh Government, all other statutory authorities, Bhilai Steel Plant shall be followed.  4) This specification covers design of major civil engineering items of work. Other items of work shall be designed according to the relevant standards, recommendations and stipulations referred above. This design specification shall also be read in conjunction with the General specifications for Civil Engineering Work.  In case anything mentioned in this specification is at variance with IS or other codes of specification mentioned herein, the provisions of this specification shall prevail.  3.4.3 Load Condition  1) All foundations and concrete structures shall be designed to resist full operating dead and live loads, with appropriate combinations and due allowance for impact, inertia loading, vibration as secondary effects of live loads, temperature variation etc. While designing structures and foundations either the effect of seismic forces or wind loads, whichever produces the worst effect, shall be considered along with usual load conditions.  2) Concentrated and uniformly distributed live load on floors and platforms shall be considered depending upon the usage and in accordance with maximum expected process requirements, to be indicated by the equipment manufacturers. The effect of concentrated load shall not be reduced. Due allowance shall be made, wherever necessary, for installation and operation of any equipment as per equipment manufacturer's data and recommendations. The design shall be based on the maximum loading due to uniform live load and/or equipment loading including impact, vibrations, direct load etc. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.28  CET/01/BH/5041/TS/EE/01/R=0  3) Supporting structures and foundations for equipment, which may cause impact or vibration, shall be designed for the dynamic effect of equipment together with the direct loads as per IS. The dynamic loads and other relevant data required for analyzing the dynamic effect shall be as per manufacturer’s data and recommendations. Structures and foundations supporting vibrating, rotating and reciprocating equipment shall be proportioned to avoid resonant frequencies.  The dynamic analysis shall be done as per the stipulations as recommended by respective IS codes as well as the stipulations recommended by the equipment manufacturers Care shall be taken while designing such structures and foundations to avoid resonant frequencies and excessive amplitude of vibration. All foundations of major vibratory equipment shall be isolated from building column foundations and adjoining floors.  4) Seismic forces shall be considered according to the provisions of IS: 1893- Latest edition (All Parts).  5) Consideration shall be given in the design of structures from the contributing loads form piping and cabling including provisions for piping anchors and dead ends of electrical conductors.  6) Members subjected to high temperature variations shall be designed to withstand the stresses arising out of such temperature variations. The structures shall be designed to withstand the stresses arising out of such temperature variation. The temperature effect shall be taken as per IS: 875 (part 5)-1987.  7) Generally loading specified in the IS 875-1987(part 1 to 5) shall be adopted;  however the following minimum is required to be followed:  DEAD LOADS : -  Dead loads shall be calculated from the actual unit weight and principal unit weights are given below:  Plain Cement Concrete: 2.4 t/m 3 Reinforced. Cement Concrete: 2.5 t/m 3 Brick Masonry work: 1.92 t/m 3 Soil (above the ground water level): 1.7 to 2.0 t/m 3 Soil (below the ground water level): 0.7 to 1.0 t/m 3 Steel: 7.85t/m 3 LIVE LOADS : -   The minimum uniformly distributed live load (except for local concentration of loads) shall be as following: -  On removable covers over trenches and manhole: 1.5 t/m 2 On platforms for technological structures:    0.5 t/m 2 On stair treads:   0.5 t/m 2

BSP, SP-III  PAGE 3.29  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  On walkways:  0.4 t/m On other floor not specified: 1.0t/m 2 or as per technological requirement   On roof of hydraulic cellar 10.0 t/ m On removable hatch covers over hydraulic cellar 2.5 t/m 2 On ladders:  0.12t at the center of rung  Dust load:  0.1t/m Live surcharge for design of walls/top slab of cable trench & drain may be taken as 3.0t/m 2 . However, concentrated and uniformly distributed live loads on floors and platforms shall be considered depending upon the usage and in accordance  with maximum expected process requirement which are to be indicated by the equipment manufacturers/suppliers.  Load combination : The stress of each structural member shall be calculated on the worst loading combination according to the actual operating condition. Basically dead loads, imposed loads, soil and hydrostatic pressure, erection load etc. shall be combined as per IS 875 (Part 5) 1987.  3.4.4 Analysis & Design All the structural analysis shall be made by established theories. However, the frame analysis shall be done by PC based software STADD-III package. For designing the reinforced concrete structure members either Limit State or Working stress Method shall be employed and shall be as per latest code IS 456-2000, however the design should be consistent throughout. Equipment foundations shall be designed as per IS2974 (All parts).Adequate care shall be taken while designing foundations and underground structure.  While designing all underground structures such as basements, pits, trenches etc., due consideration shall be made for soil, water and surcharge pressure from the surrounding area. Special care shall be taken to prevent uplift due to underground water.   All cable conduits and ventilation pipes shall be laid over the mud mat before construction of bases /other foundations after due approval from the consultants.   3.4.5 Tolerances  Tolerances are a specified permissible variation from lines, grades or dimensions given in drawings. The following are some of the tolerances specified   1) For footings:  i) Variation in plan dimension:minus-6mm;plus-13mm; 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.30  CET/01/BH/5041/TS/EE/01/R=0  ii) Eccentricity 2% of the footing width in the direction of misplacement but not more than 50mm;  iii) Reduction in thickness-5% of specified thickness  3.4.6 Permissible Stresses   Allowable stresses for all reinforced concrete structures shall be as per IS: 456-2000.  3.4.7 Concrete and Reinforced Concrete for Structures and Foundations  1) Concrete work shall secure a dense, homogeneous, smooth mass including required finishes, possessing required strength and resistance to weathering and abrasion for the structures and foundations. RCC structures for the cooling tower shall be designed so that it is free from resonance due to any vibrating equipment.  2) Design of all reinforced concrete structures shall be as per IS: 456- 2000. The structural safety of all foundations on soil shall, in general be based on IS: 1904-1986. The design of water retaining structures shall be according to IS: 3370(Part-2)-1965. For reinforced cement concrete, the minimum grade of concrete shall be M-25C (with 20 mm and downgraded aggregates) and for plain cement concrete shall be M-10B (with 40 mm and downgraded aggregates) .  However, for floor laid on boulder soling base, drains & trenches, the grade of concrete shall be M- 20C.  3) For reinforcement, minimum grade of steel shall be Fe 500.  4) For pre-cast concrete slabs the grade of concrete shall be M-25C  5) Grouting below machine/equipment bases and pockets shall be of ready-mix non-shrinking grout of approved make & grade of adequate thickness and strength. Grouting shall be done strictly as per approved manufacturer’s specification.  3.4.8 Requirements of Durability  1. This shall be as per the provisions of IS: 456-2000. (Clause 8.2). 2. In general, the exposure condition shall be Moderate for normal type of structures (motor foundation & panel enclosure)   3. The minimum cement content, maximum water cement ratio and minimum grade of concrete shall be as per Table 5 of IS: 456-2000 for different exposure conditions.  3.4.9 Foundations  3.4.9.1 Foundations for structures and equipments shall be proportioned to resist the worst conditions of loadings and shall be generally designed

BSP, SP-III  PAGE 3.31  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  as per provisions of IS 1904-1986. Equipment foundations shall be designed as per IS 2974(all parts –1979, 1980, 1984, 1985). The bidder is required to design and construct such foundations free of objectionable resonance, vibration and impact.  3.4.9.2 Selection of type of foundation shall be based on the bearing capacity of soil, supported loads, system requirements and site constraints.  3.4.9.3 The depth of foundation shall be determined based on loading on foundations and bearing capacity at the founding level, constructional and technological requirements.   3.4.9.4 In no case the loads from the new foundations shall be transferred to the existing foundation. However in exceptional circumstances, if it is required to be done, then the existing foundation shall be checked for the additional load transferred and shall be supported with design calculation.  3.4.9.5 Various types of foundations that are envisaged in the project are described below:  1) Equipment foundation of isolated machines in block type or frame type.  2) Shallow strip / isolated foundation  / raft foundation  for roll table /shed/ framed building.  However, in no case foundation shall be rested on the filled up soil and the depth of the foundation shall be taken up to the depths where the virgin soil strata is found.  3.4.10 Protection Measures  Suitable protection like shoring & strutting to be considered for construction of foundations which are very near to existing foundations of structures/equipment for ensuring safety & stability.  3.4.11 Internal Partitions and Finishes  1) Internal Flexible Partitions  (i) Internal flexible partitions shall be made of anodized aluminium box section framing of suitable dimensions depending on the design requirement. The partition may be partly or fully glazed depending on the architectural design of the interior.  (ii) The solid panels for the partitions shall be of decorative laminated particle board on design matching with interior decoration of the particular room. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.32  CET/01/BH/5041/TS/EE/01/R=0  (iii) Fixing of glass/particle board panels to aluminium framing shall be with snap on aluminium fixing clips bevelled or squared depending on architectural design of the partitions.  2) All plastered surfaces of masonry walls/concrete faces shall be applied with cement-based paint of approved make and quality and to be applied as per manufacturer's specification.  3.4.12 Floors and Floor Finishes  1) Floors  a) In general, all floors on ground except in areas like offices, Shift Rooms and toilets, shall be made of M25C grade reinforced concrete of 150 mm minimum thickness.  b) For the production buildings/shop floor, the design of floor shall also take into consideration technological requirements, imposed loading and other service conditions etc. In case of toilets and offices, floor slab on ground shall be of plain cement concrete of grade M15C with minimum thickness of floor slab of 100mm.   c) For Shop floor, the floor shall be designed for actual loads considering a minimum load of 10 T/m2. The design of RCC floor shall be done as per IS: 456-2000.  d) The sub-grade below the floor slab shall be minimum 250 mm thick stone boulder soling blinded with moorum watering and consolidation. Building paper shall be provided on top of sub- grade before casting the concrete slab. All sub-grades shall be laid on compacted soil base.  2) Floor Finishes  Floor finishes for the building shall be provided according to technological and functional requirements and service conditions. Floor finishes for the production buildings and auxiliary buildings/areas shall be provided according to technological and functional requirements, service conditions and duty as per manufacturer’s instruction as and when applicable. In general, Floor finishes for the ancillary and auxiliary buildings/ areas shall be as follows:  a)  MCC/Electrical Rooms  Anti-static floor/False floor   b) Control rooms, computer rooms, Control Pulpits etc   Minimum 2mm thick PVC tile flooring of approved make and color.   c) Shop floor 40mm thick granolithic cement concrete flooring with concrete

BSP, SP-III  PAGE 3.33  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  hardener additive of approved make and grade on reinforced concrete floor slab 3.4.13 Doors   1. Doors and windows shall be provided as per technological requirement. However , in Co ntrol rooms, Rest Rooms, Offices etc. anodised aluminum glazed doors & windows shall be provided. In other areas, steel doors / windows shall be provided.   2. Main entry doors to production buildings shall be steel door or steel rolling shutter of width and height to suit the requirements.   3. For motor room, control room etc. that are air conditioned or pressurized, the external doors shall be of steel and air tight type and with heavy duty door closers.  4. All internal  doors shall be solid core timber flush/  anodised aluminium glazed  doors, single leaf or double leaf and shall be minimum 1000mm in width (masonary opening) of best quality and approved make & grade . Wider doors may be provided depending on the requirements of individual rooms. Height of door shall be standardized for a masonary opening of 2100mm. All internal doors shall be opening inside.    5. Standard types of doors shall be used to the extent possible. The doors shall be of approved make, quality and colour. Non-standard doors will be used only where there is a specific requirement for such doors.   6. Relevant provisions of BIS shall be applicable for design, selection & materials for doors & windows.  3.4.14 Painting   1) Painting shall conform to IS: 1477-1971.  2) Wherever technologically/ environmentally required, chemical resistant painting shall be provided.  3.4.15 Water-Proofing and Damp-Proofing  3.4.15.1  Water-Proofing  1) Underground structures  All underground  structures  shall be water-proofed with by injections of non-shrink polymeric water proof grouting compound from inside along with an applications of water proof plaster on external surfaces as per approved manufacturer’s specification. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.34  CET/01/BH/5041/TS/EE/01/R=0  2) All concrete surfaces in contact with earth shall be given 2 coats of bitumen paint before backfilling.  3.4.16 Anchor bolts, inserts and embedment : All anchor bolts & inserts shall be designed for the incidental loads and laid as per approved drawing and cast in concrete. For a straight length bolt the anchorage value in concrete shall be 50Xdia of bar. Pockets should be left wherever required. All embedment shall be accurately set and rigidly fastened. Anchor bolts shall be set to template and firmly secured in vertical and horizontal line at required positions. Water stops shall be secured against displacement during the placing of concrete. The joints for G.I sheet water stops shall be soldered water tight and those of PVC and rubber shall be joined by cementing and vulcanizing Expansion joints fillers shall be for the full depth of slabs or full width in walls and shall be cemented with bituminous cement against previously placed concrete. The ends shall be butted tight and upper edge set flush with finished slabs. Anchor holes and anchor bolts shall be protected by covering suitably with brickwork in lean cement mortar /grease with jute etc after thorough cleaning. Where bolts are to be fixed in an existing concrete, then on permission of engineer-in-charge, holes shall be drilled (with clearance on the sides) for a length of at least 15 X dia. of bolt and epoxy grouted as per manufacturer’s instruction  3.4.17 Cable trenches:  All cable trenches shall be made of RCC and shall be suitably designed subject to a minimum of 150 mm thick walls and inner vertical posts and base minimum of 150mm thick with reinforcement as required by design, with MS plate inserts and lugs fixed to the wall or vertical posts in trench. The sizes of cable trench shall be as per technological requirement. The trench covers shall be of chequered plate with handles and sizes to be such that can be manually handled.   3.4.18 Design Calculations, Drawings and Documents 1) Design Criteria: –It shall cover all the design norms and permissible limits, specifications, specific weights, soil density, crack widths, design codes and loadings, assumed finishes, flooring types, grout etc as required for further design calculation.  2) Design Calculations   The design calculations is to be submitted by the Successful Bidder for all equipment foundations and buildings, tunnels/trenches, roads etc taking in to account effect of all types of loads for approval of Employer/Consultant  3) Drawings 

BSP, SP-III  PAGE 3.35  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  The Successful Bidder shall submit to the Consultant the following drawings:  a) For Approval:  Excavation/Dismantling plan drawings  General Arrangement drawings  Architectural drawing  Foundation plans and sections for columns and equipment bases incorporating services, utility tunnels, trenches, pipes, etc. with volume of works  Loading drawings indicating superstructure loading, equipment loading, floor loading, etc.  Comprehensive anchor hole plan along with complete details of anchor bolts and anchor pockets for foundation for building columns and equipment, etc., including schedule for bolts and anchor plates. Design of anchor bolts should be such that it should be possible for any replacement of the same in case they get damaged.  b) For Reference:  Reinforcement details with bar bending schedules for all reinforced concrete works. Bar bending schedule shall be under reference category.  Drawings for all types of bolts, inserts, embedments, covers, miscellaneous steelworks, etc.  Detailed bill of materials of all items of work  c) As Build General Layout Drawings  These drawings shall be prepared as per actual survey data taken during execution of work.  The general layout drawing shall prepared using symbol presently being used in the General Layout drawings of Bhilai Steel Plant and the levels should be shown with respect to mean seal level  The design criteria mentioned above is not exhaustive. However, the same shall be discussed and detailed during detail engineering stage.  3.4.19 Workmanship & Material Specification  The material shall be best of the existing kinds obtainable and the workmanship shall be in accordance with the latest Civil Engineering Practice. Specification for the quality of material and workmanship are given suited to the requirements of the relevant BIS specification and with such other standards as are mentioned hereinafter. Reference to a

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.36  CET/01/BH/5041/TS/EE/01/R=0  particular standard made at the appropriate place shall mean the latest version and amendments of such a standard.  3.4.19.1 Setting out and levelling  The bidder shall set out and level the work and will be responsible for the accuracy of the same. He is to provide all instruments and proper qualified staff with labour for getting his work checked by Engineer, if so desired by the Engineer. Such checking, if any, shall not, however, relieve the bidder in any way, of his responsibility for correct setting out.  3.4.19.2 Cleaning of site  The bidder shall keep the site clear on a continuous basis of all rubbish etc. which may arise out of the work executed by him and dispose them suitably in allotted areas.   3.4.19.3 Bench Marks, Reference Pillars etc.  Bidder shall protect all bench mark, and reference pillars /lines including ground water gauges from damage or movement during working. In case of any damage the bidder shall have to restore the same to its original condition at his own cost.   3.4.19.4 Dismantling/ Minor Chipping  1) No dismantling work, wherever required, shall commence without prior approval of employer on the dismantling plan prepared by the bidder.   2) The dismantling of civil works shall be carried out with utmost care so that adjacent structures which are not to be dismantled do not get damaged. However, if any existing civil structures get damaged during dismantling, the bidder shall carry out the rectification and restoring of the entire structures at his own cost.   3) Care shall be taken to maintain the stability of retained structures for which necessary structural supports are to be provided without any extra cost.   4) The bidder shall obtain the necessary clearance /  protocol from Safety department of the Plant for the arrangement of dismantling work at every stage.   5) All debris collected due to dismantling shall be transported and disposed off as per direction of engineer-in-charge.   6) Dismantling shall be done preferably in such pieces, sizes and lengths as will facilitate easy transportation and disposal of those items to dumping yard /storage yard.  7) All serviceable material shall be stacked and transported to designated place including unloading and stacking.   8) Dismantling of RCC foundation/columns/slab/beams will be carried out by Diamond saw in view of acute time constraint as per drawing/sketch and cut RCC blocks will be taken out from in-situ

BSP, SP-III  PAGE 3.37  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  expeditiously. Remaining portion of dismantling is to be done by Pneumatic hammer / breaker manually.  9) The stacking shall be done for various categories of dismantled items. Such categorisation shall be worked out in consultation with engineer in charge.  3.4.19.5 Plain and Reinforced Concrete Work  1) Materials  a) Cement  Cement: Ordinary Portland cement shall conform to IS 8112- 1989 and Portland blast furnace slag cement shall conform to IS 455-1989. Soundness test is to be carried out on cement samples from time to time. Frequency of these tests shall be increased during monsoon period.  b) Aggregates  All aggregates shall conform to IS 383-1970. Fine aggregates shall be approved river or pit sand. Coarse aggregates shall be approved crushed stone. Aggregates shall be clean and free from any foreign material. Test on aggregate shall be carried out from time to time to ascertain the suitability of the aggregates as per IS: 1121-1974.  c) Reinforcement  Minimum grade of reinforcement bars shall be Fe500.Reinforcement in general shall be of tested quality. Cold twisted steel bars or TMT bars conforming to IS 1786-2008 and shall be free from oil paint and rust coatings. However, MS round bars conforming to IS 432-1982 or IRC mesh fabric reinforcement conforming to IS 1566-1982 can also be used if specifically required. The binding wire shall be 20 SWG approved annealed iron wire.  d) Shuttering  The material for shuttering shall be steel plates as per IS 2062- 2006 or wooden planks as per the requirement.  e) Jointing materials  All rubber and PVC water stops joint fillers, sealing materials etc. used in concrete work shall be of standard manufacture as per relevant IS codes. Usage of these materials shall be in accordance with the manufacturer’s instructions.  f) Admixtures  Admixtures, if required, to be used shall be of approved quality and make and shall conform to relevant IS codes. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.38  CET/01/BH/5041/TS/EE/01/R=0  g) Water  Water shall be clean and of potable quality as per clause 5.4 of IS 456-2000.  2) Workmanship  a) Concrete  Production and control of concrete shall be as per IS 456- 2000. The grades of concrete shall be as indicated in the drawing. The bidder shall at his own cost, grade the aggregates and control the water cement ratio, design the different mixes to required strength and workability. The designed mix shall conform to the requirement ofIS 456- 2000 and recommended guidelines in SP: 23-1982. The minimum cement content and maximum water cement ratio of concrete work shall conform to the requirements of durability of concrete for moderate exposure as indicated in Table-5 of IS 456-2000. All concrete shall be machine mixed, and no hand mixing shall be permitted.  b) The maximum size of aggregates used shall be as indicated in the drawings and IS 456-2000. No concrete shall be placed on site until the purchaser has approved the mix design.  c) Where nominal mixed concrete as defined by IS 456-2000 is permitted by the purchaser for any specific reason, the proportion of the materials shall be as indicated in IS 456- 2000.   d) Consistency and mixing  Consistency and mixing of concrete shall be controlled as per IS – 456-2000 and the bidder shall carry out tests in accordance with IS 1199-1959 and as per relevant codes.  e) Work tests  Over the full period of construction, the bidder shall carry out works tests of concrete cubes at his own cost. Sampling, making up, curing and testing of specimen shall conform to IS – 456-2000, IS – 516-1959 and IS – 1199 -1959. The number of specimen to be tested and their criteria for acceptance shall be according to IS – 456-2000. Frequency of work tests shall be as per relevant codes  f) Reinforcement  i) Workmanship shall conform to IS –  2502-1963. All reinforcement shall be free from loose mill scale, rust, oil, grease and paint, etc.  

BSP, SP-III  PAGE 3.39  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  ii) Welded joints may be used in cases of important connections tests shall be made at the cost of the bidder to prove that the joints have reached the strength of the bars connected. Welding shall be done in accordance with IS 2751-1979 and special precautions shall be adopted for cold worked bars. Butt-welding between the ends of a rod in line, whereby stress is transferred across the section may be adopted only for mild steel bars. In case of tack welding for fixing reinforcements in their position, no special precautions need to be taken.  iii) All intersections of longitudinal and transverse bars of stirrups and all laps shall be securely tied together with approved binding wire. The binding wire shall be so placed that it touches all the four corners of the intersection and the two ends shall be looped with pliers and the end should be turned into the body of the concrete.  iv) Welded joints may be used in cases of important connections tests shall be made at the cost of the bidder to prove that the joints have reached the strength of the bars connected. Welding shall be done in accordance with IS 2751-1979 and special precautions shall  be adopted for cold worked bars. Butt-welding between the ends of a rod in line, whereby stress is transferred across the section may be adopted only for mild steel bars. In case of tack welding for fixing reinforcements in their position, no special precautions need to be taken.  g) Placing of concrete  i) Transporting concrete  Concrete shall be transported from the mixing plant to the forms as rapidly as possible by means that will prevent segregation or flash set in the concrete during hot weather. The containers shall be such as to prevent large evaporation. At the time of placing concrete in very hot weather, care shall be taken to see that the temperature in wet concrete does not exceed 38°C. Before placing the concrete, all formwork, embedment and reinforcement shall be checked for completeness, location, dimension, square and plumb. All chips and sawdust or other foul matter shall be removed from within the forms. The base surface shall be well moistened and puddles wiped out. Placing equipment

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.40  CET/01/BH/5041/TS/EE/01/R=0  and accessories shall be kept clean and free of partially set grout and concrete, and maintained in proper working order. Suitable walk cradles shall be placed over the reinforcement when the concrete is placed by manual transportation.   ii) Placing  Concrete shall be placed within a maximum period of 25 minutes of its removal from mixer. No concrete shall be placed until the place of deposit has been inspected and approved by the Engineer. In general, placing shall be direct, by transporting buckets. Where it is necessary to deposit the concrete at level differences of more than 1.5 m, short chutes shall be used. Short chutes and hoppers shall be so designed and installed that segregation will not take place. In cases where chutes are impracticable due to excessive drop to placing level, hoppers and sectional tubes (elephant trunks) shall be used. Concreting in open shall not be allowed during rains unless all precautions have been taken by the bidder and permission has been given by the Engineer.   iii) Construction joints  Construction joints shall be located such that they do not impair the strength of the structure. In walls and columns, height of each lift shall not generally exceed 1.5 m unless otherwise specified in the drawings. Method of forming all construction joints shall conform to the provision of IS 456-2000. All construction joints in the underground structures shall be provided with rubber or PVC water bars. The surface of previously placed concrete at the construction joint shall be thoroughly hacked to expose the coarse aggregates of previously placed concrete and cleaned with wire brush and water to remove all laitance. Immediately before placing fresh concrete, such prepared surface shall be coated with a thin layer of cement slurry.  iv) Compaction  Concrete in general shall be consolidated by vibration using high frequency mechanically driven vibrators. Concrete shall be placed in layers at least 300 mm deep in walls and approximately 450 mm in mass pours. Vibrators shall not penetrate more than 50 mm into the surface of previously placed layer but shall completely

BSP, SP-III  PAGE 3.41  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  vibrate the working layer. Care shall be taken not to over vibrate any concrete and especially those with higher slumps. Under no circumstances vibrator shall be attached to or allowed to touch reinforcement. Spare vibrators in good operating condition shall be in hand during placing operations  h) Curing and protecting  Curing of concrete with water shall comply with IS:456-2000. The bidder shall keep the exposed surfaces of concrete in a constantly wet condition for at least 7 days from the date of placing the concrete. Curing compound may be used subject to approval by the Engineer. Finished floor and concrete shall be protected carefully until completely set. Protection of concrete against extreme weather conditions shall comply with the code.  i) Repairing and patching  Pockets honey combing and other defects, which may be formed due to segregation, improper vibration and any other reason whatsoever shall be completely repaired to the satisfaction of the Engineer. The  voids, if any, shall be properly keyed and reinforced, if necessary. The face shall be tightly formed and arranged for providing a head in the concrete. The cavities shall be filled with the same concrete as used for the structure and thoroughly rodded or vibrated where possible. The filled hopper shall be left in place until shrinkage has taken place and the concrete sets sufficiently to stay in place. While still `alive’, the upper part of form hopper shall be removed and excess concrete struck off and finished with wooden flat or trowel to match existing concrete. Any fins or unsightly grout runs or bulges shall be removed from the surfaces exposed to view. The rod holes shall be finished with cement or grouted to match the existing surface as closely as possible. No cement wash shall be used unless particularly called for in the drawings.  3.4.19.6 Embedment/ Inserts  1) All embedment/ inserts shall be accurately set and rigidly fastened. Anchor bolts shall be set to template and firmly secured in vertical and horizontal line at required positions. Water stops shall be secured against displacement during the placing of concrete. The joints for G.S. sheet water stops shall be soldered watertight and those of PVC and rubber shall be joined by cementing and

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.42  CET/01/BH/5041/TS/EE/01/R=0  vulcanizing. Expansion joint fillers shall be for the full depth of slabs or full width in walls and shall be cemented with bituminous cement against previously placed concrete. The ends shall be butted tight and the upper edge set flush with finished slabs.  2) Anchor holes and anchor bolts shall be protected by covering suitably with brickwork in lean cement mortar after thorough cleaning.  3.4.19.7 Grouting bases of machine, foundation bolts, etc.  1) Grouting:   i. Before placing the grout, the concrete surface shall be thoroughly cleaned, preferably with compressed air and the surface shall be thoroughly wetted with water for several hours. Grout concrete shall be of non-shrink standard ready mixed cement-based grout of approved make. The grouting shall be prepared and placed as per manufacturers’ instructions. Before placing the grout all free water shall be removed and the flat surface shall be coated with thin cement slurry.  ii. Non-shrinking free flow grout: Ready –mix non-shrinking free flow grout not less than 30N/mm 2 shall be used in accordance with the method specified by the manufacturer. Material shall be as approved by the Engineer.  2) Curing  The grout must not dry out after it is placed in position. The surface shall be kept moist with wet sacks for at least seven days.  3.4.19.8 Tolerances  Tolerance is a specified permissible variation from lines, grades or dimensions given in drawings. No tolerances specified for horizontal or vertical building lines or footings shall be construed to permit encroachment beyond the legal boundaries. Unless otherwise specified, the tolerance shall be as per the relevant IS codes.  3.4.19.9 Shuttering For Concrete  1) The term `shuttering’ shall include all centering and form work required to support the concrete during the process of laying, compacting and setting and all items such as planking, lagging, walling, moulds, covers, cross bearer, struts, props, bracing, etc., shall be covered by the term `shuttering’. 

BSP, SP-III  PAGE 3.43  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  2) Shuttering shall be strong and constructed rigidly so that there shall not be any deformation underweight and pressure of wet concrete, constructional loads, wind and/or other forces. It shall be constructed in such a manner that it can be easily removed afterwards.  3) The shuttering shall have smooth and even surface and so constructed as to remain sufficiently rigid during the placing and compacting of concrete and shall be sufficiently tight to prevent loss of liquid from the concrete.  4) Devices shall be provided in the shuttering for forming openings, holes, pockets, chases, recesses etc., wherever required.  5) Cutting of holes etc. in the concrete after casting shall be avoided. Corner fillets shall be provided in the formwork to obtain chamfered edges to beams, columns, etc. wherever required.  6) Shuttering shall conform to IS: 456-2000. Forms shall be of pre- fabricated standard or shop-built panels or built-in-place units, stiffened and braced. A smearing of oil shall be given on the faces of the shuttering in contact with the concrete. Care shall be taken so that oil does not come in contact with the reinforcement. Forms shall be cleaned from all dust and loose materials before applying oil over it. Formwork with brick lining may be done for structures below ground level on earth face with prior permission of the Engineer. Bricks shall be thoroughly wetted before laying concrete and the brick lining may be left in position, if so desired by the bidder.  7) The shuttering shall be such that after its removal, the exposed concrete shall be smooth and even. If any unevenness is found, the bidder shall chip the bulged portion of the concrete and plaster with 6 mm thick cement plaster (1:4) at his own cost, after obtaining Engineer’s approval.  8) The minimum period for removing form work from various concrete members when normal Portland cement is used shall be as per the provision of IS:456-2000, it being assumed that the work shall not be loaded for several days after the period given. All formwork shall be removed without any shock or vibration to the concrete.  9) Supports  Formwork shall be so designed that the side of beams and slabs can be removed without disturbing soffit forms and their supports. Props and supports shall  allow accurate adjustment of the formwork to line and level and be capable of being removed in an approved sequence without causing any injury to the concrete.

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.44  CET/01/BH/5041/TS/EE/01/R=0  Provision shall be made for removal of formwork without disturbing props required for supporting hardening concrete  10) Setting  Panels and units shall be set to true dimensions and alignment and rigidly tied, walled and braced to prevent distortion and displacement during concreting. All joints shall be tight and close fitting to prevent leakage. At all construction joints, formwork shall be tightly secured against previously cast and hardened concrete. While fixing formwork for beams and slabs, tight fitting collars shall be provided around the heads of columns and the joints shall be made grout tight. Slip forms where used shall provide smooth and even surface true to dimension and alignment and shall be free of unsightly offsets, fins or bulges.  11) Ties  Standard form ties, clamps, bolts, inserts etc., shall be of adequate strength. Spreader, either removable or embedded type, shall be used to maintain the wall thickness. The material and position of any tie passing through the formwork shall be as approved by the Engineer. All ties, which will remain embedded in the concrete, shall be fixed in a manner that will provide a minimum cover of 12 mm at both the ends. Any holes left after the removal of the ties shall be filled with concrete or mortar as approved by the Engineer. Provision shall be made for forming holes and chases for services and for providing pipes, conduits and other fixtures as shown in the drawing and/or as directed by the Engineer  12) Cleaning and treating of forms  All rubbish shall be removed from the interior of the formwork, and inside of the formwork shall be wetted with water before commencing the concreting. Mould oil or other approved release agent shall be used at all panels. Care shall be taken to prevent contact of release agent with reinforcement.  3.4.19.10 Mortar for Plaster Work  1) Materials  a) Cement  Cement used shall conform to IS – 269-1989 / IS – 8112-1989 or IS – 455-1989.  b) Sand  The sand used shall be of approved quality river or pit sand and it shall conform to IS – 1542-1992 for plaster and to IS – 2116-1980 for masonry mortar. Sand for the mortar shall be evenly graded

BSP, SP-III  PAGE 3.45  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  from coarse to fine and shall be free from loam, clay, dust and any other organic or foreign matter.  c) Admixtures/Plasticisers  Admixtures/ plasticizer of approved make and quality may be allowed in the mortar, if permitted by the Engineer.  d) Water  Water shall be clean and of potable quality  2) Mortar Proportion  The proportion of cement and sand for mortar shall be as specified in the technical specification/ drawing/schedule of quantities.  3) Workmanship  a) The workmanship shall conform to IS 1661-1972 for plaster.  b) Mortars shall be used within one hour of the first contact of cement with water. All materials remaining after this period shall be discarded. Mortars, which have started to set, shall not be re- tempered.  3.4.19.11 Plaster Work  1) Materials  Mortar for plaster work shall be as specified above in this specification.  2) Workmanship  a) All plasterwork shall be carried out according to IS 1661: 1972. The thickness and proportion of cement plaster shall be as specified in the drawing. Where the thickness of plaster is 20 mm or more, it shall be done in two operations (coats).  b) The surface to be plastered shall be cleaned of all extraneous matter and rubbish. Brickwork joints shall be raked and concrete surface shall be roughened by chipping or hacking. Any shuttering materials adhering to the concrete shall be removed. The surface shall be thoroughly watered and soaked, aerated and all putlog holes shall be closed before starting plastering operation. Plaster pads of required thickness of plaster for correctness of plumb, line and  level shall be established by the Bidder before starting plaster work.  c) For one coat plaster work, the plaster shall be laid slightly thicker than the specified thickness and the surface then levelled with a flat wooden rule to the required thickness. The plaster shall be well pressed into the joints and the surface finished for getting smooth and even surface. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.46  CET/01/BH/5041/TS/EE/01/R=0  d) Where two coats plaster work is specified, the first coat shall be applied as described above except that the surface shall be left rough and keys formed for the application of second coat. The second coat shall be applied a day or two after the first coat has set, but the first coat shall not be allowed to dry. The second coat shall consist of mortar ground very fine and shall be laid on with a wooden rule to specified thickness, rubbed smooth and levelled and the surface plastered completely the same day. The levelling shall be continued till the plaster is dry and all moisture which exudes from the plaster shall be wiped out with fine cloth. The surface shall be kept dry until exudation of moisture ceases, during the process of rubbing.  3) Curing  After the completion of plastering works, it shall be cured by adequate watering for a period of seven days.  3.4.19.12 Glazing  1) Materials  a) Sheet glass  Unless otherwise specified, all glass used in the work shall be of quality approved, distortion free, transparent sheet glass conforming to IS 1761-1960 and shall be free from specks, bubbles, smokes, wanes, air holes and other defects. Unless otherwise specified, for sizes of glass above 900 mm X 900 mm plate glass shall be used. Glazing to doors shall be done with 6.3 mm thick sheet glass weighing about 15 kg/m2. Glazing to windows and ventilators shall be done with 4 mm thick sheet glass weighing about 10 kg/m2.  b) Plate glass  Where plate glass is specified for the work, it shall be of thickness as specified with a permissible tolerance of 0.5 to 0.8 mm for polished plate glass. The transparent type glass shall have polished surface giving clear and undistorted vision.  c) Putty  Putty for use on wooden frames shall conform to IS 419- 1967 and putty for use on metal frames shall conform to IS 420-1953.  d) Mastic  Mastic shall be of approved quality. 

BSP, SP-III  PAGE 3.47  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  2) Workmanship a) Glazing of metal doors, windows and ventilators shall conform to IS  1081-1960 and glazing of timber doors, windows and ventilators shall conform to IS 1003-1991.  b) All glass shall be cut according to the sizes required as per drawings. Glass shall be delivered to site in cut sizes bearing the manufacturer's name/trade mark and the quality, thickness and unit weight shall be clearly marked on the packages.  c) The method of glazing in each case shall be according to the details as shown on the drawings. For glazing wooden doors and windows, the wooden rebate shall be well oiled to prevent oil from putty being absorbed by wood. The frame shall be cleaned thoroughly and sufficient compound applied to the rebate so that when glass is pressed into it, a back putty of not less than 2 mm thick remains. Surplus compound squeezed out at the back shall be stripped at an angle so that water is shed away. Unless otherwise specified, glass shall be secured with approved glazing clips. Where shown in the drawings, aluminum or timber glazing beads with aluminum screws shall be used.  3.4.19.13 Aluminium Swing Door with Floor Spring  1) The door frame section shall be made from 101.6 mm X 44.45 mm X 3.18 mm thick anodized aluminium section of INDAL or other approved equivalent.  2) Door stiles, top and bottom rails, etc. shall be made as per drawing with anodized aluminium box section having wall thickness of not less than 2.5 mm. 5.5 m thick plate glass of approved quality and make shall be used as glazing. Glazing shall be fixed to the shutter frame with snap on bead of approved quality and make and neoprene gaskets. The door shall be fixed with double action floor spring securely anchored to floor and pivot for swing action.  3) All necessary fittings and fixtures like anodized Aluminium door handle, weather strips, bolting and locking arrangements with keys  in duplicate of approved quality and make shall be provided.  4) All other works shall be executed as per the relevant code of practices brought out by Bureau of Indian Standards, manufacturers specification and prevalent sound practices in field. 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.48  CET/01/BH/5041/TS/EE/01/R=0  3.4.19.14 Granolithic Bedding and Floor Hardener Finish 1) Materials  a) Cement: Cement shall conform to IS: 269-1989 or IS: 455-1989 or IS: 1489 Part-1-1991.  b) Coarse aggregates: It shall be of approved broken graded stone of size 10 mm and down. All aggregates shall be tested in accordance with IS: 383-1970   c) Sand: The sand shall be approved river or pit sand shall conform to IS: 383-1970.   d) Floor hardener: It shall be of best quality heavy duty metallic hardener -Ironite or approved equivalent.  e) Water: Water shall be clean and of potable quality.   2) Workmanship  a) Proportion of Mix   The proportion of mix for granolithic bedding shall be 1 part of cement, 1 part of sand and 2 parts of granite chipping. The mix for the floor hardener shall be in accordance with the manufacturer's specification.   b) The thickness of granolithic finish shall be 25 mm and shall be laid in accordance with IS:5491-1969 -Code of Practice for laying in- situ granolithic concrete floor toppings. The surface of the base concrete shall  be thoroughly hacked or chipped to remove laitance, well saturated with water and cleaned. Immediately before laying granolithic finish, any excess water shall be removed and the surface of the base concrete shall be covered with a thin layer of cement slurry well brushed in. Just sufficient water shall be added to the ingredient of granolithic mix to obtain enough plasticity. The mix shall be laid over the freshly grouted base in suitably divided panels and evenly well tamped into place, screeded and lightly floated to required levels. No dimensions of a panel shall exceed 2 m.   c) When the granolithic finish has partially dried, approved floor hardener mix shall be applied on the granolithic finish in two or more coats and finished evenly with a trowel. Each coat shall be applied before the previous coat dries. Workmanship for floor hardener finish shall conform to manufacturer's specification. The thickness of the floor hardener topping shall be 15 mm minimum.   d) Curing  

BSP, SP-III  PAGE 3.49  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  The finished surface after hardening shall be cured for a minimum period of seven (7) days by impounding water on the finished surface  3.4.19.15 White Washing and Cement Painting  1) Materials  a) Lime  White wash shall be prepared from shell (fat) lime conforming to IS 712-1984.  b) Gum and blue pigment  Gum and blue pigment for white wash shall be of best quality and of approved one.  c) Water  Water shall be clean and of potable quality.  d) Paint  Paints shall conform to relevant Indian Standards and shall be of approved brands. Only ready mixed paints shall be used for the work, unless otherwise approved by the Engineer. The materials for succeeding coats on any one surface shall be product of the same manufacturer supplying the first coat for that particular surface. Aluminum paint shall conform to IS 2339-1963.  e) Brushes  Brushes shall be of type and size suitable for the work, conforming to IS 487-1985. Rags or inferior quality brushes shall not be used on the work.  2) Workmanship of whitewashing  a) Slaking  Slaking of lime shall conform to IS 1635-1992. The lime shall be placed about 300 mm deep in a drum with about 1200 mm deep water standing in the drum. Lime shall be added to the water and not water to the lime. The lime in water shall then be vigorously stirred. Lime shall be considered to be completely slaked when the temperature of the lime and water shall cease to rise and any further addition of water shall not produce any further chemical action or heat. Water shall then be allowed to stand on for 12 hours or more until the normal temperature is restored.  b) Mixing 

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.50  CET/01/BH/5041/TS/EE/01/R=0  The slaked lime shall be dissolved in a tub with sufficient quantity of water and shall be well mixed to give a thin creamy consistency. It shall then be strained through a clean coarse cloth and gum dissolved in hot water shall be added to it at the rate of 2 kg for each cubic metre of lime and ultramarine blue added to the mixture in small proportion just sufficient to give a very light bluish tint.  Colour wash shall be prepared in the same way as for the white washing except that necessary amount of colouring matter shall be added to lime mixture in this case. No blue shall be added to lime mixture in case of colour wash.  c) Preparation of surface  Before the wash is laid, the surface shall be well cleaned and brushed. After cleaning the surface, all holes, cracks and patches shall be made good with approved materials.  d) Application  i) Whitewashing  White wash shall be applied with brush, each coat consisting of vertical stroke from top downwards followed by opposite stroke upwards over the first stroke and horizontal stroke from left to right followed by stroke from right to left. Each coat must be allowed to dry, before the next coat is applied. On completion, the surface when it becomes dry, shall present a uniform white appearance. When dry, no coat of white wash shall show any patches, hair cracks or strokes nor shall it come off when rubbed with hand. White wash shall be done in three coats. Doors and windows, floors etc., must be protected from whitewash splashes. Any splashes and droppings shall be removed and cleaned immediately.  ii) Colour washing  Colour wash shall be applied in the same manner as specified for white wash. During application, the solution shall be stirred continuously and wash shall be applied with care to avoid any cut shade or brush marks on the walls when the work is completed. For all new work, the surface to be colour washed shall first be treated with a priming coat of lime wash. Unless otherwise specified, two coats of white wash shall be first applied before colour wash is applied. The colour wash, whether applied inside or outside of a building shall be of uniform tint and shade.

BSP, SP-III  PAGE 3.51  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  Any splashes and droppings shall be removed and cleaned immediately  3.4.19.16 Painting  a) Ready mixed paint  Only ready mixed paints of approved brands shall be used. The product shall be such, when applied, it shall spread evenly in a thin coat and flow on smoothly and shall dry quickly forming a tough durable film without showing any brush marks or cracks.  Preparation of surface  iii) The surface of steelwork to be painted shall be cleaned free of dirt, oil, rust, mill scale and be thoroughly dry before painting. Cleaning, degreasing, de-rusting and de-scaling wherever necessary shall be carried out as specified in IS 1477(part 1)-1971.  iv) The surface of woodwork to be painted shall be cleaned and rendered dry, free of dirt, grit and grease and shall be rubbed smooth with the appropriate quality of sand paper. All knots patches and sappy spot shall be touched up with shellac varnish.  b) Painting steel work & woodwork  Painting of steel work shall be carried out as per manufacturer’s specification.  3.4.20 Specific Requirements  1) Mud mat/lean concrete will be in M10B and minimum thickness of the same will be 100 mm.  2) Minimum grade of concrete for all RCC works shall be M25.  RCC slab thickness (min) =200mm  3) Grouting below machine/equipment bases and pockets, Structural column bases shall be with non-shrink grout of approved make & grade.   4) Cover for Cable trench shall be of chequered plate inside shop and RCC precast slab outside shop.  5) Anchor bolts shall be set to template and firmly secured in vertical and horizontal line at required positions. Water stops shall be secured against displacement during the placing of concrete.  6) Where it is required to anchor new concrete with the old one, dowel bars of size as per design will be epoxy grouted by drilling

BSP, SP-III   Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 3.52  CET/01/BH/5041/TS/EE/01/R=0  holes in old concrete and epoxy compounds will be used to secure firmly.  7) The contractor shall take adequate precautions to ensure complete safety and be responsible for the same. The safety code for regulations of safety as per Indian standard codes are:  IS: 3764-1992  Safety code for excavation work.  IS: 4014-1967  Safety Regulations for Scaffolding work.  IS: 4081-1966  Safety code for drilling and blasting operations  IS:4138-1977  Safety code for working with compressed air.  IS:7923-1985  Safety code for working with construction machinery.  The successful Bidde r shall provide and maintai n at his own cost, pumps and other equ ipments to keep the works f ree from water until the handing over of th e works.  3.4.20.1 The successful Bidder shall keep the site clear on a continuous basis of all rubbish etc., which may arise out of the work e xecuted by him and dispose them suitably in allotted areas, Dump Area shall be as per SBD from the battery limit.  3.4.21 Safety  All equipment or mac hinery shall be equipped wit h safety devices and provided with adequa te clearance to comply wit h safety codes and statutory norms preval ent at the place of installation .

BSP, SP-III  PAGE 4.1  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  4 COMMISSIONING AND PERFORMANCE GUARANTEE  4.1 PRELIMINARY ACCEPTANCE  On completion of erection of the facilities by the bidder, trial runs for individual equipment / units shall be conducted by the bidder to prove that the facilities have been supplied and erected as per contract and after erection, facilities are fit for start-up and commissioning. After liquidation of all the defects and after fulfilling all the provision of clause 24 of GCC of Standard Bidding Document (SBD)  employer shall issue Preliminary Acceptance Certificate (PAC) for the subsequent commissioning of facilities.  4.2 COMMISSIONING Commissioning test shall be undertaken by the bidder  as per the provisions of Clause 25 of GCC of SBD . On successful completion of commissioning test employer shall issue commissioning certificate.  The facilities shall be deemed to be commissioned on fulfilment of following:   Commissioning test will be performed for seventy two (72) hours continuously for drive unit with motor in working condition. During the entire duration of commissioning test, only one (1) sustainable tripping of drive shall be allowed.   In case of any interruption during the specified period/ duration of commissioning on account of reasons attributable to the Employer, the acceptance of commissioning with regards to duration of commissioning tests shall be as per the mutually agreed terms between the Employer and the bidder.  4.3 PERFORMANCE GUARANTEE 4.3.1 General 4.3.1.1 The bidder  shall guarantee the equipment for its workmanship, materials, design and satisfactory operation in accordance with relevant specifications and provisions of the contract. The guarantee for performance shall include individual items and systems for various ratings / out puts as well as for the integrated operation of the plant.  4.3.1.2 The details of the performance guarantee tests, test procedures, test schedules for the demonstration of performance guarantee parameters shall be submitted to the employer which shall be mutually agreed upon. 

BSP, SP-III  Replacement of DC motor to AC motor with VFD for mixer cum nodulising dr um  P AGE 4.2  CET/01/BH/5041/TS/EE/01/R=0  4.3.1.3 The bidder  shall conduct the performance guarantee tests to demonstrate PG parameters as defined hereunder in subsequent para and as per provisions of Clause 27 of GCC and Appendix-V of SBD .   4.3.1.4 PG Test shall be conducted within a period of six months after the date of commissioning once facilities achieve stable operation as well as production level.  4.3.1.5 Period of PG Test shall be for 7 working days during which bidder shall demonstrate the PG parameters.  4.3.2 Preconditions for Performance Guarantee Tests  4.3.2.1 Preconditions for the employer : Availability of input power.  4.3.2.2 Preconditions for the bidder : Bidder shall bring their measuring tools/instruments for performing PG test as may be required. All measuring device must be calibrated and work under normal operating conditions (within normal range of limits)  4.3.3 Performance Guarantee Parameters Bidder  shall have to demonstrate following parameters as listed hereunder:  Sl.  No.  PG Parameter   Guaranteed Value  1.  No. of sustainable Drive tripping due to internal faults while motor is in working condition  0 nos. of tripping  ( 7 days continuously working)  4.3.3.1 Variance of input conditions for PG parameters  In the event of any variance in the input conditions w.r.t quality, quantity, or any other parameter as defined in cl. 4.3.2 and 4.3.3, which has a bearing on the PG parameter, the output PG parameter shall be mutually discussed and revised as per the agreement between the Employer and Bidder, before the start of PG tests. 4.3.3.2 Non fulfilment of Performance Guarantee Parameters and Liquidated Damage  In case the bidder  is unable to attain the guaranteed value of performance guarantee parameters but attains within the minimum acceptable level of the performance guarantee parameters as specified

BSP, SP-III  PAGE 4.3  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  either in whole or in part then employer shall recover the amount of liquidated damage as mentioned hereunder: Sl.  No.  PG Parameter   Guaranteed Value  Acceptable Limit with LD  LD in %   No. of sustainable Drive tripping due to internal fault s in while motor is  in working condit ion  0 nos. of sustainable tri pping  5 nos.  0.75% for each tripping. (More than tripping , not  acceptable. PGT to start fresh)  Total Liquidated dam age for no n-fulfilment of PG parameters shall be limited to 7.5% of contract v alue, excluding taxes and duties, as stipulated in GCC of S BD.  4.4 FINAL ACCEPTANCE Final acceptance shall be as per clause no. 28 of GCC of SBD

BSP, SP-III  ANNEXURE-2.1.9.2-1  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 1 of 1  ANNEXURE –2.1.9.2-1  IMPLEMENTATION SCHEDULE  SCHEDULE OF POST-ORDERING ACTIVITIES AFTER STAGE II APPROVAL  Time Activity 10  11  12  From Effective Date of Contract  App ro val of Basic Engg. & Detail Engg. draw ings  Man ufacture & Supply of Equipment   Civil & Structural works  Erec tion/installation of equipment and trials Testing & Commissioning 

SCHEDULE – 1.8-1  BSP, SP-III  SCHEDULE – 1.8-1  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 1 OF 1  DECLARATION OF SITE VISIT  (To be filled up by the Bidder)  I, hereby, declare that I have visited the site to understand the site conditions, and acquainted myself with atmosphere prevalent therein. I have also understood the extent of total works involved for this package.  Signature of the Bidder: Seal of company Name: Designation:

SCHEDULE – 1.8-2  BSP, SP-III  SCHEDULE – 1.8-2  CET/01/BH/5041/TS/EE/01/R=0 Replacement o f DC motor to AC m otor with VFD for m ixer cum nodulising drum  PAGE 1 OF 1  LIST OF EXCLUSIONS  Sl. No.  Reference clause of TS  Details of Exclusions  Reasons  Signature of the Bidder Seal of compa ny Name Designation

SCHEDULE – 1.8-3  BSP, SP-III  SCHEDULE – 1.8-3  CET/01/BH/5041/TS/E E/01/R=0 Replacement of D C motor to AC m otor with VFD for mixer cum nodulising drum  PAGE 1 OF 1  LIST OF DEVIATIONS  Sl. No. Reference clause of TS  Details of Deviations  Reasons  Signature of the Bidder Seal of company Name Designation

SCHEDULE – 1.8-4  BSP, SP-III  SCHEDULE – 1.8-4  CET/01/BH/5041/T S/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 1 OF 1  LIST OF RECOMMENDED SPARES FOR  TWO YEARS NORMAL OPERATION (To be filled by the Bidder)  Bidder shall recommend and tabulate below the list of additional spare parts for two years trouble free operation. Additional sheet of like format may be used if necessary.   Sl. No.  Name of Sub Assembly  Description of Items  Quantity recommended  Seal of Com pany  Signature of the Bidder Name:  Designation: 

SCHEDULE – 1.8-5  BSP, SP-III  SCHEDULE – 1.8-5  CET/01/BH/5041/TS/EE/0 1/R=0 Replacement of DC motor to AC motor with VFD for mixer cum noduli sing drum  PAGE 1 OF 1  LIST OF COMMISSIONING SPARES  (To be filled by the Bidder)  Bidder shall tabulate below item wise the list of commissioning spares necessary for the equipment offered. Additional sheet of like format may be used if necessary.  Sl.No Name of Sub Assembly  Description of items  Quantity recommended  Seal of Company  Signature of the Bidder  Name:  Designation 

SCHEDULE – 1.8-6  BSP, SP-III  SCHEDULE – 1.8-6  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 1 OF 1  LISTS OF SPECIAL TOOLS AND TACKLES  Sl. No.  Description  Quantity  Signature of the Bidder Seal of company Name Designation

SCHEDULE – 1.8-7  BSP, SP-III  SCHEDULE – 1.8-7  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 1 OF 1  LIST OF FIRST FILL OF OILS AND LUBRICANTS  Sl. No.  Description  Quantity  Signature of the Bidder Seal of com pany Name Designation

SCHEDULE – 1.8-8  BSP, SP-III  SCHEDULE – 1.8-8  CET/01/BH/5041/TS/EE/01/R=0 Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 1 OF 1  DETAILS OF AUTHORISED PERSON OF BIDDER DURING TENDER EVALUATION 1. Name of Project  2. Tender No.  3. Name & Address of Bidder  4. Name of authorized person (TECHNICAL)   :  5. Email address  6. Mobile No.  7. Name of alternate authorised person (TECH)  8. Email address  9. Mobile No.  10. Name of authorized person (COMMERCIAL)  11. Email address  12. Mobile No.  13. Name of alternate authorised person (COMM) :  14. Email address  15. Mobile No.  Authorised Signatory 

SCHEDULE – 1.8-9  BSP, SP-III  SCHEDULE – 1.8-9  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 1 OF 1  REQUIREMENT OF CONSTRUCTION WATER & POWER  Sl. No.  Description  Quantity  Signature of the Bidder Seal of com pany Name Designation

BSP, SP-III  ANNEXURE –1.2.1-1  CET/01/BH/5041/TS/EE/01/R=0  Replacement of DC motor to AC motor with VFD for mixer cum nodulising drum  PAGE 1 OF 1  ANNEXURE-1.2.1-1  LOCATION OF EXISTING AND PROPOSED FACILITIES AT SP-3 

LIST OF ACCEPTABLE MAKES OF  EQUIPMENT & SUPPLIES  (Indigenous Supplies Only)  CET Experience that delivers APRIL 2023 

This document “ACCEPTABLE MAKES OF EQUIPMENT AND SUPPLIES” is for indigenous supplies/ bought out items only and is a part of the tender specification for various packages.   The “makes” of various equipment and supplies are listed out in this document. It is essential that the equipment/ component/ materials to be supplied indigenously by the bidder will be of any one of the makes listed against that particular equipment/ component/ material in this document as further detailed subsequently.  PREAMBLE 

Vendor shall have established Quality Management System certified as per ISO- 9001 or equivalent  Vendor should have installed/ supplied at least any of the following within last 7 years for the item(s):  Either  at least 2 reference in any of the SAIL plants/ RINL   Or  at least 3 references in any of the private Integrated Steel Plants  Or  at least 3 references in Maharatna Public S ector Undertakings/ Navratna Public S ector Undertakings/ Listed Indian companies (excluding financial institutions) having turnover in excess of ₹5000 crores in last financial year.  Copy of purchase orders along with satisfactory performance certificate/ inspection certificates for the above references shall be provided from the clients  Self-declaration from vendor that the company is not blacklisted in any SAIL plants or PSUs  ACCEPTANCE CRITERIA  These are critical equipment and i tems. Contractor/ bidder to ensure that items listed under this category shall be sup plied only from the makes listed.  In exceptional cases, if no listed ma ke or only one make out of the listed makes for a particular equipment/ item are availa ble to the bidder/ contractor for supply then additional makes can be prop osed. However, bidder/ contractor shall est ablish the non-availability of the listed m akes. Additional makes proposed by bi dder/ contractor shall be approved subje ct to fulfilling the acceptance criteria stipu lated alongside.  CATEGORY ‘A’ ITEM S

Vendor shall have established Quality Management System certified as per ISO- 9001 or equivalent  Vendor should have installed/ supplied at least any of the following within last 7 years for the item(s):  Either  at least 2 references in any of the SAIL plants /RINL   Or  at least 3 references in any of the private Integrated Steel Plants  Or  at least 3 references in Maharatna Public Sector Undertakings/ Navratna Public Sector Undertakings/ Listed Indian companies (excluding financial institutions) having turnover in excess of ₹5000 crores in last financial year.  Copy of purchase orders along with satisfactory performance certificate/ inspection certificates for the above references shall be provided from the clients  Self-declaration from vendor that the company is not blacklisted in any SAIL plants or PSUs  ACCEPTANCE CRITERIA  These equipment/ items are for general purpose. Bidder may suggest ad ditional makes, if any, during tendering st age with credentials to fulfil the acceptance criteria stipulated alongside.  In case of non-availability of liste d makes during implementation, procedur e listed under category A will apply.  CATEGORY ‘B’ ITE MS

CATEGORY ‘B’ ITE MS Other Items not listed  Contractor may supply any other item not mentioned in this list from any m ake.   Self-declaration from ven dor is required that the company is not b lacklisted in any SAIL plants or PSUs  N ote:  The above categorization has been g iven for ease of project management. H owever, in exceptional cases, empowered c ommittee of the plant may approve a dditional makes. 

CATEGO RY ‘B’ ITEMS Section Area No . of ite ms  Page Nos.  Electrical  5 1 - 8  Mechanical  7 9 - 17  Mining & Mineral Processing Area  1 18  Process Control & Automation  7 19 - 25  Refractory  1 26 - 28  Utility & Se rv ices  1 19 29 - 42  Computeriz ation & Information Technology  1 4 43  CONTEN TS 

CATEGORY ‘B’ ITEMS SECTION-A  ELECTRICAL 

ACCEPTABLE MAKES LIST  SECTION-A  ELECTRICAL  CENTRE F OR ENGINEERING & TECHNOLOGY  APRIL  202 S No.  ITEMS  CATEGORY  MAKE  1. 132 kV & ABOVE EQUIPMENT   1.1. 132 kV/ 220 kV Gas In sulated Switch g ear  CG POWER & INDUSTRIAL SOLUTIONS LTD, GE T&D, HITAC H I E NERGY INDIA LIMITED, HYOSUNG T & D INDIA PRIVATE LIMITED, SIEMENS   1.2. 132kV/ 220 kV outdoor Isolator/ Disconnecting Switch   CG POWER & INDUSTRIAL SOLUTIONS LTD, GR POWER, HITACHI ENERGY INDIA LIMITED, RAYCHEM, S IEMENS, SWITCHGEAR & STRU CTURALS, ELPRO  1.3. 132kV/ 220 kV o utdoor Circuit Breaker  BHEL, CG POWER & IN DUSTRIAL SOLUTIONS LTD, GE T &D, HITACHI ENERGY INDIA LIMITE D, SIEMENS   1.4. 132kV/ 220 kV o utdoor CT/ PT/CVT  BHEL, CG POWER & IN DUSTRIAL SOLUTIONS LTD, GE T&D, HITACHI ENERGY INDIA LIMITE D, MEHRU, SIEMENS, TELK  1.5. 132kV/ 220 kV o utdoor Lightning Arrest or  BHEL, CG POWER & IN DUSTRIAL SOLUTIONS LTD, ELPR O, OBLUM, RAYCHEM  1.6. 132kV/ 220 kV c able XLPE  CCI (Cable Corporation  of India), KEC, KEI, UNIVERSAL   1.7. 132kV/ 220 kV o utdoor Insulator & Bush ing  ADITYA BIRLA INSULA TORS, BHEL, CG POWER & INDUSTRIA L SOLUTIONS LTD, CJI, JAYSHREE INSULA TORS, MODERN, OBLUM, WSI  1.8. ACSR Conductor for 132kV/ 220 kV Transmis sion Line  APAR, CABCON, STERLITE 2. 33k V EQUIPMENT 2.1. 33 kV Indoor Sw itchgear  ABB, SCHNEIDER, SIEM ENS 

ACCEPTABLE MAKES LIST  SECTION-A  ELECTRICAL  CENTRE F OR ENGINEERING & TECHNOLOGY  APRIL  202 S No.  ITEMS  CATEGORY  MAKE  2.2. 33 kV Gas Insulated Switchgear  ABB, SCHNEIDER, SIE MENS,   2.3. 3 3kV outdoor Is ol ator/ D isconnecting S w itch   ABB POWER PRODUC TS & SYSTEMS INDIA LIMITED, CG P OW ER & INDUSTRIAL SOLUTIONS LTD, GR POWER, RAYCHEM, SC HNEIDER, SIEMENS, SWITCHGEA R & STRUCTURALS, ELPRO 2.4. 33kV outdoor Circuit Breaker  ABB, BHEL, CG POWER & INDUSTRIAL SOLUTIONS LTD, SCH NEIDER, SIEMENS   2.5. 33kV outdoor C T/ PT  BHEL, CG POWER & IN DUSTRIAL SOLUTIONS LTD, ECS, MEHRU, TELK  2.6. 33kV outdoor Li ghtning Arrestor  BHEL, CG POWER & IN DUSTRIAL SOLUTIONS LTD, ELPR O, OBLUM, RAYCHEM  2.7. 33kV outdoor In sulator & Bushing  ADITYA BIRLA INSULA TORS, BHEL, CG POWER & INDUSTRIA L SOLUTIONS LTD, CJI, JAYSHREE INSULA TORS, MODERN, OBLUM, WSI  2.8. ACSR Conducto r for 33kV transmission lin APAR, CABCON, STERL ITE, GUPTA POWER  3. ME DIUM VOLTAGE  INDOOR (3.3 kV to 11kV)  3.1. Switchgear (Circ uit Breaker with panels)  ABB, BHEL, L&T, SCH NEIDER, SIEMENS  3.2. Vacuum Contactor  ABB, ANDREW YULE, BHEL, JYOTI, SCHNEIDER, SIEMENS , L&T  3.3. CT & PT  AEL, JYOTI, KALPA, KA PPA, PRAGATI, PRAYOG, ECS, SCHNE IDER   3.4. Isolator  ABB, A BONDSTRAND , MEGAWIN, PANICKKERSWITCHGEAR PVT. LTD,  

ACCEPTABLE MAKES LIST  SECTION-A  ELECTRICAL  CENTRE F OR ENGINEERING & TECHNOLOGY  APRIL  202 S No.  ITEMS  CATEGORY  MAKE  3.5. HT Bus duct  BHEL, C&S, ECC, STA RDRIVE BUSDUCTS LTD.  4. PR O TECTION & M ET ERING  4.1. Protective Relays  ABB, GE T&D, HITACHI ENERGY INDIA LIMITED, SIEMENS, SC HNEIDER  4.2. SCADA/ SAS Sys tem   ABB, ECIL, ETAP ,GE T &D, HITACHI ENERGY INDIA LIMITE D, HONEYWELL, SIEMENS  5. LT SWITCHGEAR  5.1. Intelligent motor controller for IMCC  ABB, L&T, ROCKWELL AUTOMATION, SCHNEIDER, SIEMENS 5.2. Power Control C entre (PCC)  ABB, BCH, IEE PROJEC TS, L&T, PCE PROJECTS PVT. LTD., S CHNEIDER, SIEMENS  5.3. Motor Control C entre (MCC) up to 1000 Amp s and PDB  ABB, BCH, C&S, DIVYA ENGINEERS,  HAVELLS, IEE PROJECT S , L&T, MARINE ELECTRICAL, MEDITRO N, PCE PROJECTS PVT. LTD, SCHNEIDER , SEN & SINGH, SIEMENS, SWITCHING CIRCUITS  5.4. Motor Control Centre (MCC) above 1000 Amps  ABB, BCH, C&S, L&T, SCHNEIDER, SIEMENS  5.5. Air circuit break er (ACB)  ABB, L&T, SCHNEIDER , SIEMENS  5.6. Moulded case c ircuit breaker (MCCB)  (with positive is o lation)  ABB, BCH, C&S, HAVE LLS, L&T, SCHNEIDER, SIEMENS , EATON, ANDREW YULE  5.7. Motor Protectio n Circuit Breaker (MPCB) ABB, BCH, C&S, L&T, S CHNEIDER, SIEMENS, SPRECHER & SCHUH,HAVELLS, EATON, ROCKWELL AU TOMATION 

ACCEPTABLE MAKES LIST  SECTION-A  ELECTRICAL  CENTRE F OR ENGINEERING & TECHNOLOGY  APRIL 2023  S No.  ITEMS  CATEGORY  MAKE  5.8. Power Contactors, Auxiliary contactors/ Auxiliary relays  ABB, BCH, C&S, L&T, SCHNEIDER, SIEMENS , ANDREW YULE, SPRECHER & SCHUH, EATON, ROCKWELL AUTOMATION-ALLE N B RADLEY, OEN (AUXILIARY/CONTR OL R ELAY ONLY)  5.9. Control switche ABB, BCH, EPCC, GE PO WER CONVERSION, KAYCEE , L&T, SCHNEIDER, SIEMENS, SALZER  5.10. Thermal bimeta llic Overload relays  ABB, ANDREW YULE, B CH, C&S, L&T, ROCKWELL AUTOMAT ION, SCHNEIDER, SIEMENS   5.11. Electronic over c urrent relay/ Electronic moto r protection relay (EOCR/ EM PR)  ABB, BCH, C&S, L&T, S CHNEIDER, SIEMENS, SPRECHER & SCHUH, ROCKWELL, EATON  5.12. LT bus duct  C&S, ECC, LOTUS POW ER, L&T, SPEARHEAD, STARDRI VE BUSDUCTS LTD.  6. ILL UMINATION  6.1. Lighting fixtures BAJAJ, CROMPTON GREAVES, EVEREADY, FORUS ELE CTRIC PVT. LTD., GE LIGHTING, HAVELL S, J TRON ELECTRONICS , ORIEN T ELECTRIC LIMITED, PHILIPS, SUR YA, SYSKA, TRANSRAIL LIGHTING LIMITED, TURNPOINT TECHNOLOGIES PRIVATE LIMITED, WIPRO  6.2. High Mast Towe BAJAJ, CROMPTON GR EAVES CONSUMER ELECTRICA LS LIMITED, PHILIPS, TRANSRAIL, V ALMONT, CONSOUL, BP PROJEC TS, VENTURA  7. TR ANSFORMER 

ACCEPTABLE MAKES LIST  SECTION-A  ELECTRICAL  CENTRE F OR ENGINEERING & TECHNOLOGY  APRIL  202 S No.  ITEMS  CATEGORY  MAKE  7.1. Up to 33 kV (Oil Type)  BHARAT BIJLEE, BHE L, CG POWER & INDUSTRIAL SOLUTIO NS LTD, ESENNAR TRANSFORMER, HITACHI ENERGY INDIA LIMITED, KIRLOSKAR EL ECTRIC COMPANY, PROLEC G E, RAYCHEM-RPG, SCHNEIDER, SIEMENS, VOLTAMP TRANSFORMERS LTD, ANDREW YULE, TBEA ENERGY (INDIA) PRIVATE LIMITED, TRANSFORMER & REC TIFIER, KOTSONS (UPTO 630kVA only)  7.2. Above 33 kV (O i l Type)  BHARAT BIJLEE, BHEL , CG POWER & INDUSTRIAL SOLUTIO NS LTD, GE T&D, HITACHI ENERGY IND I A LIMITED, TELK, SCHNEIDER, SIEMENS , TRANSFORMER & RECTIFIER, KIRLOSKAR ELECTRIC COMPANY  7.3. Dry type  BHEL, CG POWER & IN DUSTRIAL SOLUTIONS LTD, ESEN NAR TRANSFORMER, HITAC HI ENERGY INDIA LIMITED,  KIRLOSKAR E LECTRIC COMPANY, RPG-RAYC HEM, VOLTAMP TRANSFORMERS LTD, SUDHIR  8.  MV REACTOR  CG POWER & INDUST RIAL SOLUTIONS LTD, GE T&D, PS ELECT RICALS, QUALITY POWER, SHRIHANS EL ECTRICALS PVT. LTD., TRANSFORMER & RECTIFIER, SCHNEIDER  9. DR IVES 

ACCEPTABLE MAKES LIST  SECTION-A  ELECTRICAL  CENTRE F OR ENGINEERING & TECHNOLOGY  APRIL  202 S No.  ITEMS  CATEGORY  MAKE  9.1. Variable frequency drive (VFD)<1.1kV  ABB, CG POWER & IN DUSTRIAL SOLUTIONS LTD. (for motor upto 30 kW), CONTROL TECHNIQUES INDIA PRIVATE LIMITED (for motor up t o 200 kW),  DANFOSS, GE POWER C ONVERSION, HITACHI- HIREL, ROCKWELL AUTOMATION, SCHNE IDER, SIEMENS, TMEIC, YASKAWA, FUJ I, DELTA ELECTRONICS INDIA P VT LTD (upto 90kW only)  9.2. Thyristor Conve rter/   DC DRIVE  ABB, GE POWER CONV ERSION, PARKER,  ROCKWELL AUTOMAT ION, SIEMENS, FUJI  9.3. Soft starter  ABB, L&T, PARKER, RO CKWELL AUTOMATION, SIEME NS, SCHNEIDER, DANFOSS  9.4. FCMA /series re actor type soft starter  ABB, INNOVATIVE TEC HNOMICS, JAYASHREE, SHRIHAN S ELECTRICALS PVT. LTD., ROCKWELL AUTOMATION, SCHNEIDER, SIEMENS , LECON ENERGETICS PVT LTD  9.5. MV Drive  ABB, SCHNEIDER, SIEM ENS  10. MO TORS  10.1. Synchronous M otor  ABB, BHEL, SIEMENS, GE  10.2. HT  AC  ABB, BHEL, CG POWER & INDUSTRIAL SOLUTIONS LTD., KIRLOSKAR ELECTRIC COMPANY, SIEMENS, WEG, TMEIC, JEUMONT ELECTRIC IN DIA PVT LTD 

ACCEPTABLE MAKES LIST  SECTION-A  ELECTRICAL  CENTRE F OR ENGINEERING & TECHNOLOGY  APRIL  202 S No.  ITEMS  CATEGORY  MAKE  10.3. LT  AC  ABB, BHARAT BIJLEE , CG POWER & INDUSTRIAL SOLUTIO NS LTD., HINDUSTAN ELECTRIC MOTORS (For up- to 22 kW), KIRLOSKA R E LECTRIC COMPANY, LHP, SIEM EN S, WEG, NGEF, BHEL, NORD  10.4. DC  BHEL, IEC, KIRLOSKAR ELECTRIC COMPANY, CG POWER & INDUSTRIAL SOLUTION  11. CA BLES  11.1. 33kV cable XLPE CCI (Cable Corporation of India), CRYSTAL, GLOSTER, K E C, KEI, POLYCAB,UNIVERSAL 11.2. HT (up to 11kV) cable XLPE  CCI, GEMSCAB INDUS TRIES LTD.,GLOSTER, HAVEL LS, KEC, KEI, POLYCAB, STERLITE PO WER ,UNIVERSAL  11.3. LT power & con trol cable  CCI, FINOLEX CABLES , GEMSCAB INDUSTRIES LTD.,GLO STER, HAVELLS, INSUCON, KEC, KEI, PO LYCAB,RAVIN, SPECIAL CABLE PVT. LTD. (for control cable only), SUYOG ELECTRICALS LIMITED, SVARN INFRATEL PVT. LTD. (for control cable only), THERMO CABLES, UNIVERSAL, LAPP, NA NGALWALA INDUSTRIES (P) LTD  12. MI SCELLANEOUS  12.1. Battery charger AMARA RAJA POWER SYSTEMS LTD, APLAB, CHLORIDE (EXIDE), CHABI ELECTRICALS, LIVELIN E ELECTRONICS, NELCO, SABNIFE (HBL NIFE POWER SYSTEMS), STANDARD

ACCEPTABLE MAKES LIST  SECTION-A  ELECTRICAL  CENTRE FOR ENGINEERING & TECHNOLOGY  APRIL 2023  S No.  ITEMS  CATEGORY  MAKE  12.2. Battery Bank  AMARA RAJA, AMCO , EXIDE, FURUKAWA, PANASO NIC, SABNIFE (HBLNIFE POWER SYSTEMS), STANDARD  12.3. M aster controlle EATON, ELECTROMAG , EPCC, KAYCEE, L&T, SIEMENS, KAKKU, SPHONBUCKART, GES MANN, SCHNEIDER  12.4. Un-interruptible power supply (UPS):  FUJI ELECTRIC CONSU L NEOWATT P LTD, HITACHI-HIREL, LIVE L INE ELECTRONICS, NUMERIC, SCHNEIDER (APC), VERTIV ENERGY PRIVATE LIMI TED  12.5. Nitrogen injecti on fire protection syste CTR, EASUN- MR TAP C HANGERS(P) LTD., TECTONICUS, VENDER 13. GENERATOR B ABB, BHEL, SIEMENS, TOYO DENKI 

SECTION-B  MECHANICAL 

ACCEPTABLE MAKES LIST  SECTION-B  M ECHANICAL  CENTRE FOR ENGINEERING & TECHNOLOGY  APRIL  202 S No.  ITEMS  CATEGORY  MAKE  1. GENERAL  1.1. G ea rbox (50 k W an d above)  BONFIGL IO LI , ELECON, SIEMENS -FLE N DE R, ROSSI, SUMITOM O, HEC, KIRLOSKAR, SHANT HI G ea rbox (belo w 50 kW)  BONFIGLIO LI, ELECON, SIEMENS-FLEN DER, ROSSI, SUMITOMO, ESSENTIAL POWER TRANSMISSION, HEC, KIRLOSKAR, NAW, SHANTHI, PREMIUM TRANSMISSION, SAN ENGG. LOCOMOTIVE COMPANY LTD., SUMI- CYCLO DRIVE INDIA PVT. LTD., TRIVE NI, SCHMIEDE AND MASCHINEN   1.2. G eared Motor  (5 k W and above BONFIGLIO LI, CYCLO TRANSMISSION, ROSSI, SIEMENS, N ORD, SEW-EURO DRIVE  G eared Motor (b elow 5 kW)  BONFIGLIO LI, CYCLO TRANSMISSION, ROSSI, SIEMENS, N ORD, SEW-EURO DRIVE, ESSENTIAL POWER TR ANSMISSION, IC INDIA LTD., POWER BUILD, SHA NTHI, SUMI-CYCLO DRIVE INDIA PVT.LTD.  1.3. G eared Coupli ng (5 0 kW and ab ove)  ELECON, FL EX-TRAN INDUSTRIES, RATHI (LOVEJOY), SIEMENS-F LENDER, TIMKEN, FENNER  G eared Coupli ng (b elow 50 kW) ELECON, FL EX-TRAN INDUSTRIES, RATHI (LOVEJOY), SIEMENS-F LENDER, TIMKEN, ALLIANCE ENGG. CO., CONCORD STEEL WORKS PVT. LTD., ESCO, GBM, NAW, ROM A MECHANICAL ENGINEERING CO, WELLMAN WACOMA, FENNER, SCHMIEDE AND MASCHINE 1.4. Pi n Bush/ Bibb y C oupling (10k W an d above)  ELECON, GB M, RATHI (LOVEJOY)  Pi n Bush/ Bibb y C oupling (belo w 10 kW)  ELECON, GB M, RATHI (LOVEJOY), NAW, ROMA MECHANIC AL ENGINEERING CO, FENNER 

ACCEPTABLE MAKES LIST  SECTION-B  M ECHANICAL  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 10  S No.  ITEMS  CATEGORY  MAKE  1.5. Barrel Coupling  JAURE, MALMEDIE, RINGFEDER POWER TRANSMISSION  1.6. Fl uid Coupling ELECON, FL U IDOMAT, GHATGE-PATI L IN DUSTRIES, PREMIUM TRANSMISSION, VOITH  1.7. Resilient Coupling  ELECON, FENNER, RATHI (LOVEJOY), NAW, TIMKEN, WELLMAN WACOMA  1.8. Tr ansmission C hain & Sproc ket  DIAMOND, REYNOLD, ROLKOBO, ROLCON, ROLON, GOLDEN EN GG & ENTERPRISE  1.9. D CEM Shoe Br ake  BCH ELECT RIC LTD, ELEKTROMAG, KAKKU, KATEEL, SIBRE, SPEE D-O-CONTROL, EMCO PRECIMA ENGINEERI NG PVT LTD.( BUBENZER BREMSEN)  1.10. DCEM Disc Brake  BCH ELECTRIC LTD, ELEKTROMAG, KAKKU, KATEEL, PETHE, SIB RE, SPEED-O-CONTROL, EMCO PRECIMA ENGINEERI NG PVT LTD.( BUBENZER BREMSEN)  1.11. H ydraulic thru ster brake  EMCO PREC IMA ENGINEERING PVT LTD.( BUBENZER BREMSEN), KATEEL, SIBRE  1.12. N on-metallic Li ner  KAVERI, TE GA, THEJO  1.13. W earing Plate s (M etallic)  NLMK INDI A, QUARD, HARDOX  1.14. La the & Shape BATLIBOI, GUJARAT LATHE MANUFACTURING COMPANY PVT. LTD., HEC, HMT  1.15. W elding Recti f ier/ transformer ADVANI, A DOR, ESAB, MOGORA COSMIC, MEMCO  1.16. Be aring  FAG, NTN, SKF, TIMKEN, KOYO, SCHAEFFLER  1.17. Sl ew Bearing  ROTHE ERD E, SKF, LIEBHERR  1.18. Sp lit Bearing  COOPER, T I MKEN, SKF 

ACCEPTABLE MAKES LIST  SECTION-B  M ECHANICAL  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 11  S No.  ITEMS  CATEGORY  MAKE  1.19. Passenger cum Goods Elevator (5 4 4 kg and ab o ve)  MITSUBISHI, OTIS, THYSSENKR UPP, SCHINDLER  Pa s senger c um Goods Elevator (b elow 544 kg MITSUBISH I, OTIS, THYSSENKRUPP, SC HINDLER, ECE, KONE ELEVATOR, OMEGA  1.20. H ook (up to 1 0 t)  FREE TRAD ING CORPORATION, HERMAN MOHTA, SMRITI FOR GING & ENGG, MACHINE TOOLS, ESKAY MACHINER Y, STEEL FORGINGS & ENGINEERING  1.21. H ook (above 1 0t)  FREE TRAD ING CORPORATION, HERMAN MOHTA, SMRITI FOR GING & ENGG, STEEL FORGINGS & ENGINEERI NG  1.22. W ire Rope  BHARAT W IRE ROPES, FORT WILLIAM, BOMBAY WIRE ROPE , ORION ROPES, USHA MARTIN  1.23. Ex pansion Join t fo r Hot Blast sy stem (metal l ic)  FLEXATHER M, FLEXICAN, LONE STAR, MB METALLIC BELLOWS  1.24. St ove Valves ( t wo le ver/ three le v er/ d ouble eccent ric b utterfly valve FOURESS, J OSHI & JAMPALA, L&T  1.25. H ot Blast Valv FOURESS, J OSHI & JAMPALA  1.26. C oil Strapping M /c  KOHAN KO GYO CO., SIGNODE, SUND BRISTA, TITAN  2. MA TERIAL HAN DLING EQUIPMENT 

ACCEPTABLE MAKES LIST  SECTION-B  M ECHANICAL  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 12  S No.  ITEMS  CATEGORY  MAKE  2.1. Conveyor Belt  CENTURY INDUSTRIAL PRODU CTS,FORECH INDIA LTD, FENNER-DUNLOP, HINDUSTAN RUBBER, JONSON R UB BER INDUSTRIES LTD., N OR TH LAND RUBBER, O RI ENTAL RUBBER, PHOEN IX C ONVEYOR BELT (INDI A) PVT. LTD, SEMPERTRANS NIRLON  2.2. Idler  AMPS ENGG. & EQUIPT. PVT. LTD., BENGAL TOOLS, BEVCON, E LECON, GOLDEN ENGG & ENTREPRISE, GOLDEN EN GINEERING INDUSTRIES, HITECH EQUIPMEN TS PVT. LTD., INDIANA CONVEYORS, L & T, MACMET , MCNALLY SAYAJI ENGINEERING LIMITED, N EWALL INDUSTRIES, SANRAJ PROJECTS PVT. LTD., SANDVIK ASIA, SOLCON, TECHNO IMPEX, VINAR SYS TEMS, VN INDUSTRIES  2.3. Pu lley  AMPS ENG G. & EQUIPT. PVT. LTD., BENGAL TOOLS, BEVCON, ELECON, GOLDEN ENGG & ENTREPRISE, GOLDEN EN GINEERING INDUSTRIES, HITECH EQUIPMEN TS PVT. LTD., INDIANA CONVEYORS, L & T, MACMET , MCNALLY SAYAJI ENGINEERING LIMITED, N EWALL INDUSTRIES, SANRAJ PROJECTS PVT. LTD., SANDVIK ASIA, SOLCON, TECHNO IMPEX, VINAR SYS TEMS, VN INDUSTRIES  2.4. Be lt Weigher / W eigh  fe eder System ACME, FLS MIDH, PFISTER, PRECIA MOLEN, SCHENCK, SIEMENS (M ILTRONICS)  2.5. Pl ummer Block (1 00mm shaft dia at bearing and above)  FAG, MAST A, SKF, TIMKEN  Pl ummer Block (b elow 100mm sh aft dia at b e aring)  FAG, MAST A, NANDY ENGINEERING CONCERN, SKF, TIMKEN 

ACCEPTABLE MAKES LIST  SECTION-B  M ECHANICAL  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 13  S No.  ITEMS  CATEGORY  MAKE  2.6. Belt Scraper (belt width 1000mm an d above)  HOSCH, KAVERI, THEJO  Be lt Scraper (b elt w id th below 1000mm)  HOSCH, KA VERI, INDIANA CONVEYOR S, THEJO  2.7. V i brating Scre en (1 00tph and ab ove)  METSO, SC HENK PROCESS, SANDVIK, FLSMIDTH  V i brating Scre en (below 100tph) ELECTRO Z AVOD, ELEKTROMAG-JOEST VIBRATION PVT. LTD., IC INDIA LTD., McNALLY SAYAJI ENGINEERI NG LIMITED, METSO, SCHENK PROCESS, SANDVIK, F LSMIDTH,   2.8. V i brating Feed er  ELECTRO Z AVOD, ELEKTROMAG-JOEST VIBRATION PVT. LTD, I C INDIA LTD., McNALLY SAYAJI ENGINEERING LIMITED, METSO, SCHENK PROCESS, SANDVIK, F LSMIDTH,   2.9. A pron Feeder (5 00tph and ab ove)  L & T, THYS SEN KRUPP, SANDVIK, METSO  Apron Feeder (b elow 500tph ELECON, HAZEMAG, L & T, McNALLY SAYAJI ENGINEERI NG LIMITED, TENGL, THYSSEN KRUPP, SANDVIK, METSO  2.10. Sc rew Convey or  GMV ENGG , MASYC, VINAR SYSTEMS  2.11. El ectro m echanical A ctuator  AUMA, LIM ITORQUE, PREPEC, ROTORK  2.12. EO T Crane (all ca pacities)  ANUPAM I NDUSTRIES, HEC, JINDAL STEEL & POWER, MUKAND, TATA GROWTH SHOP, UNIQUE INDUSTRIA L HANDLERS 

ACCEPTABLE MAKES LIST  SECTION-B  M ECHANICAL  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 14  S No.  ITEMS  CATEGORY  MAKE  EOT Crane (maximum 50 t)  CENTURY CRANE, ELECTROMEC H, MELTECH CRANES PVT. LTD., FAFECO, SMACO, ALPHA  EO T Crane (m a ximum 10 t)  EDDY CR A NE , SHIVPRA, TUOBRO FU RG U SON, ELECTRO T HERAPY, REVA INDUSTRIES 2.13. Electric Hoist  BRADY & MORRIS, CENTURY CRANE, EDDY CRANE, ELECTROTH ERAPY, GRIP ENGRS., HERCULES HOIST LTD. (INDE F) , HI-TECH INDUSTRIES, MELTEC, REVA ENGG, SHIV PRA  2.14. Electric Winch  EDDY CRANE, ELECTROMECH MHS PVT. LTD. ENGG, ELECTROTH ERAPY, HMTC ENGG. CO., PULLMAN  2.15. Ji b Crane  BRADY & M ORRIS, CENTURY CRANES, GRIP ENGG, MELTEC, ED DY CRANE  2.16. C hain Pulley B lock & Hand Opera ted Tr avelling Cran BRADY& M ORRIS, CENTURY CRANES, HERCULES HOIST LTD . (INDEF), HI-TECH., LIGHT LIFT IND., REVA ENGG ,TRACTEL TRIFOR  2.17. U nderslung C r anes  EDDY CRAN E , CENTURY CRANES, FAFECO, MUKAND, KONE CRAN ES & DEMAG, REVA ENGG, ALPHA, BRADY & M ORRIS, SHIVPRA, TUOBRO FURGUSON   2.18. Shock Absorbers /H ydraulic Buf fer  ENIDINE, OLEO, ACE CONTROLS  2.19. El ectro Magne EAST COAS T ENTERPRISERS, ELEKTROMAG, SGM, SUPERLIFT 2.20. To ngs  BUCK, HEP PENSTALL, SOMERS, YELLOW STONE INDIA  2.21. St acker or Reclaimer  ELECON, FL SMIDTH, HEC, L & T, McNALLY SAYAJI ENGINEERING LIMITED, METSO, SANDVIK ASIA, TENOVA TA KRAF, THYSSENKRUPP 

ACCEPTABLE MAKES LIST  SECTION-B  M ECHANICAL  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL 2023  15  S No.  ITEMS  CATEGORY  MAKE  2.22. Stacker-cum- Reclaimer  FLSMIDTH, HEC, L & T, McNAL LY SAYAJI ENGINEERING LIMITED, METSO, SANDVIK ASIA, TENOVA T AK RAF, THYSSENKRUPP  2.23. Bu c ket-Whe el R ec laimer  FLSMIDTH , HEC, L & T, McNALLY SAYA JI ENGINEERI NG LIMITED, METSO, TENO VA TAKRAF,  THYSSENKRUPP, SANDVIK ASIA  2.24. W agon Tipple ELECON, FL SMIDTH, HEC, L & T, McNALLY SAYAJI ENGINEERI NG LIMITED, METSO, THYSSENKRUPP   2.25. H anging Magn et/ C r oss belt/ Inli ne Magnetic Se parator  ELECTRO Z AVOD, ELEKTROMAG, HUMBOLDT WEDAG, M AGNET INDUSTRIES (CAL) PVT. LTD., McNALLY SAYAJI ENGINEERING LIMITED, METSO  2.26. Fo rk Lift  GODREJ, TI L, VOLTAS  2.27. C r usher (Cone / G yratory / Jaw FLSMIDTH, HEC, L&T, McNALLY SAYAJI ENGINEERI NG LIMITED, METSO, SANDVIK, THYSSENKRUPP, URALMASH  2.28. Im pact / Ham mer C r usher  HEC, L&T, McNALLY SAYAJIENGINEERING LIMITED, METSO, SA NDVIK, TERRASOURCE, THYSSENKRUPP  2.29. Roll Crusher  ELECON, FLSMIDTH, HEC, L&T, McNALLY SAYAJI ENGINEERI NG LIMITED, SANDVIK, THYSSENKRUPP, URALMASH 2.30. R otary Breake L&T, McNA LLY SAYAJI ENGINEERING LIMITED, TERRASOU RCE, THYSSENKRUPP   2.31. In dustrial/ Cab in/ C r ane e-room AC  FRIGORTEC , KABU, LINTERN  3. HY DRAULICS S YSTEM  3.1. H ydraulic Cylin der  CANARA H YDRAULICS, DANVER, EATON, HYDRO PNEUMATI C CONTROLS, OSCAR, PARKER, REXROTH, VEKTRA EN GG., VELJAN, WIPRO, YUKEN 

ACCEPTABLE MAKES LIST  SECTION-B  M ECHANICAL  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 16  S No.  ITEMS  CATEGORY  MAKE  3.2. Hydraulic System with Accessories  EATON, HYDAC, PARKER, REXR OTH, YUKEN  3.3. H ydraulic Valv es CANARA H Y DRAULICS, EATON, HYDAC , MOOG, PARKER, R EXROTH, YUKEN  3.4. Accumulator  BOSCH, EATON, EPE, HYDAC, PARKER, REXROTH, YUKEN  3.5. H ydraulic Fittin g & Clamp  EPE, FLUID CONTROL HYDROCRIMP, HYDAC, HYDAIR, H YDROMATIK, HYTECH, PTS, STAUFF  3.6. H ydraulic Filte HYDAC, IN TERNORMEN, PARKER  3.7. H ydraulic Mot or  EATON, MA HA HYDRAULICS, PARKER, REXROTH, SAUER DAN FOSS, YUKEN  3.8. H ydraulic Pum SAUER DAN FOSS, EATON, MAHA HYDRAULICS, PARKER, RE XROTH, YUKEN  3.9. H ose  AEROFLEX, EATON, HYDROKRIMP, HYDROLINE, INDIA FLEX INDUSTRIES, INDO INDUSTRIAL SERVICES, P ARKER, PSI HYDRAULICS, SONI RUBBER PRODUCTS LTD., SUPERSEAL  4. PN EUMATIC SY STEM  4.1. Pneumatic C ylinder  CANARA HYDRAULICS, EL -O-MATIC (INDIA) PVT. LTD., GABR IEL PNEUMATICS, HYDAIR, HYDRO PNEUMATI C CONTROLS, I.L. PALAKKAD, NUCON, ROTEX, SH RADER, SMC, VELJAN, WIPRO  5. LU BRICATION SYSTEM  5.1. O il Lubrication System for Rolling M ills, Sinter Pl ant, Bl ast Furnace, Bu lk material equip HYDAC, SK F LINCOLN, LUBRICATION SYSTEM LTD., BIJUR DELIMON, REBS LUBRICATION 

ACCEPTABLE MAKES LIST  SECTION-B  M ECHANICAL  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 17  S No.  ITEMS  CATEGORY  MAKE  5.2. Oil Lubrication System other th a n above (C l. 5. 1) HYDAC, SKF LINCOLN, LUBRICA TION SYSTEM LTD., PRAKASH LUBRIQUIPMENT, SHAAN LUBE, BIJUR DELIMON , RE BS LUBRICATION  5.3. Sc re w Pump  ROTO, TUS HACO, UT PUMPS & SYSTEM 5.4. G ear Pump  ALFA, PARK ER, REXROTH, ROTO, ROTODEL, TUSHACO  5.5. Fi lter Strainer  MULTITEX FILTRATION, OTOKLIN, SPAN ASSOCIATES PUNE, SUP ERFLOW FILTERS  5.6. O il Mist / Oil-A ir Lu brication System  BIJUR DELI MON, SKF LINCOLN, REBS LUBRICATION   5.7. G rease Lubrication Sy stem for Ro l ling M ills, Sinter Pl ant, Bl ast Furnace, Bu lk material H andling Euip BIJUR DELI MON, SKF LINCOLN, REBS LUBRICATION  5.8. G rease Lu brication Sy stem other th an above (C l 5.7)  AFMC, BIJU R DELIMON, CENLUB SYSTEMS, SKF LINCOLN, P RAKASH LUBRIQUIPMENT, REBS LUBRICATI ON  5.9. H ose  AEROFLEX, HYDROKRIMP, HYDROLINE, INDO INDUSTRIA L SERVICES, PSI HYDRAULICS, SONI RUBBER PR ODUCTS LTD., SUPERSEAL  

SECTION-C  MINING & MINERAL PROCESSING AREA 

ACCEPTABLE MAKES LIST  SECTION-C  MINING & MINERAL PRO CESSING AREA CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 18  S No.  ITEMS  CATEGORY  MAKE  1. Sizer  FLSMIDTH, MMD, SANDVIK, T HYSSENKRUPP  2. Ba ll / Rod / Ag M ill  CEMTEC, CHA N D ERPUR WORKS PVT. L TD ., FLSMIDTH, HEC , L&T, McNALLY SAYAJ I ENGINEERING LIMITED, METSO, OUTO TEC, SANDVIK , THY SSENKRUPP, URALMASH 3. C l assifier  DORR OLIVER, DURGA METALS, EIMCO-KCP, FLSMIDTH,MET SO, MBE-CMT  4. Thickener EIMCO- KCP, FLSMIDTH, McNALLY SAYAJI ENGINEERING L IMITED, METSO, OUTOTEC, TENOVA-DELKO R, WESTECH  5. Ji ALLMINERAL, MBE-CMT, TENOVA-DELKOR  6. Fi lter(Vacuum /P ressure)  ANDRITZ, EIMC O-KCP, FLSMIDTH, METSO, OUTOTEC, TEN OVA-DELKOR, TH COMPANY, WESTECH  7. W et High Inte nsity M agnetic Sepa rator / High Gradien t Magnetic Separator  ALLMINERAL, E RIEZ, MBE-CMT, METSO, LONGI MAGNET, MINE RAL TECHNOLOGIES, OUTOTEC  8. Lo w Intensity M agnetic Sepa rator  ERIEZ, LONGI M AGNET, MBE-CMT, METSO, MINERAL TECH NOLOGIES, MULTOTEC  9. D ewatering Sc reen  DERRICK, FLSM IDTH LUDOWICI, IC , METSO, McNALLY SAYA JI ENGINEERING LIMITED, SCHENCK PROCESS, WEIR MINERALS  10. Sp iral  Gravit y Concentrator  AKW A+V GMB H, FLSMIDTH, MINERAL TECHNOLOGIES, MULTOTEC, OUTOTEC  11. H ydrocyclones CDE, FLSMIDTH KERBS, McNALLY SAYAJI ENGINEERING L IMITED, METSO, MOZLEY, MULTOTEC, WE IR MINERALS  12. M etal Detecto ELECTRO ZAVO D,ELEKTROMAG, ERIEZ, MBE-CMT, METSO  

SECTION-D  PROCESS CONTROL & AUTOMATION 

ACCEPTABLE MAKES LIST  SECTION-D  PROCESS CONTROL & AUTOMATION CENTRE F OR ENGINEERIN G & TECHNOLOGY  APRIL  202 19  S No.  ITEMS  CATEGORY  MAKE  1. FIELD INSTRUMENTATION  1.1. Pressure/differential pr essure/Leve l/ Fl ow Transmitter  ABB, EMERSON, E&H, FUJI, HONEYWELL, YOKOGAW A , SIEMENS  1.2. Temperature Transmitter  ABB, E&H, EMERSON, HONEYWELL, SIEMENS, YOKOGAWA  1.3. Pressure / DP switch  ASHCROFT, BAUMER, DANFOSS, INDFOS, WIKA, SWITZER 1.4. Tuning Fork/ Ro d type Level Switch  ABB, E&H, EMERSON, N IVO CONTROL, SAPCON, SIE MENS, VEGA  1.5. Conductivity/RF/Capacitance type Level Switc E&H, NIVO CONTROL, P&F, SAPCON, VEGA,  1.6. Float type Leve l Switch  BAUMER, EMERSON, EN DRESS & HOUSER, KROHNE MAR S HALL, LEVCON, NIVO CONTROL, SAPCON, TRAC  1.7. Ultrasonic Leve l Sensor  E&H, EMERSON, KROHN E MARSHALL, P&F, SIEME NS, SICK, VEGA  1.8. Radar Type Lev el Sensor  E&H, EMERSON, KROHN E, MARSHALL, SIEMENS, V EGA  1.9. Electro Magnetic Flow Meter  E&H, EMERSON, KROHNE MARSHALL, YOKOGAWA , SIEMENS  1.10. Flow Elements ( Orifice / Venturi / Flow nozzle / Pitot tube / Annubar)  ENGG SPECIALTIES, EME RSON, MECHANICAL ENGINEER S, UNI CONTROL, WIKA  1.11. Radiation Pyrom eter  (online/portabl e)  CHINO, EUROTHERM, LA ND, WILLIAMSON CORPORA TION, FLUKE 

ACCEPTABLE MAKES LIST  SECTION-D  PROCESS CONTROL & AUTOMATION CENTRE F OR ENGINEERIN G & TECHNOLOGY  APRIL  202 20  S No.  ITEMS  CATEGORY  MAKE  1.12. Level SW/ Transmitter  (Nucleonic type)  BERTHOLD, E&H, T HERMOFISHER  1.13. Te mperature Sw i tch E&H, IFM, HYDAC, WI KA 1.14. Flow Switch  EMERSON, IFM, KROHN E MARSHAL, KOBOLD  1.15. Vortex Flow Me ter  E&H, EMERSON, KROHN E MARSHAL, SIEMENS, YOKOGAWA  1.16. Mass (Coriolis) Flow ABB, E&H, EMERSON, KROHNE MARSHAL, SIEMENS, YO KOGAWA,  1.17. Level Switch/Tr ansmitter (Displacer Type CHEMTROL, DK INSTRU MENTS, EMERSON, LEVCON  2. CO NTROL VALVE 2.1. Globe Valve  FISHER, FORBES MARSH ALL, IL PALAKKAD, KOSO, SAMSON, SEVERN, UNIFLOW CON TROLS  2.2. Butterfly Valve  AIRA, DEL VAL, FISHER, FOURESS, IL PALAKKAD, KOSO, SEVE RN  2.3. Pneumatic Actu ator  DEL VAL, FORBES MARS HALL, IL PALAKKAD, KOSO, OM C ONTROL, ROTEX, SAMSON, UNIFL OW CONTROLS  2.4. Electrical Motor Actuator  AUMA, BERNARD, LIMIT ORQUE, ROTORK,  2.5. Electro Pneuma tic Positioner  ABB, EMERSON, FORBES MARSHALL, SIEMENS  3. CO NTROL SYSTEM EQUIPMENT 

ACCEPTABLE MAKES LIST  SECTION-D  PROCESS CONTROL & AUTOMATION CENTRE F OR ENGINEERIN G & TECHNOLOGY  APRIL  202 21  S No.  ITEMS  CATEGORY  MAKE  3.1. Signal Isolator  MASIBUS, MICROS YSTEMS & CONTROLS, MTL, P &F, PHOENIX, STAHL, YOKOGAWA  3.2. Di stributed C on tr ol System ABB, EMERSON, HONEY WELL, TOSHIBA, YOKOGAWA,  3.3. PLC System  ABB, ECIL, HITACHI, HO NEYWELL, EMERSON AUTOMATION (FORMERLY “GE INTELLI GENT”), ROCKWELL, SCHNEIDER , SIEMENS  3.4. Technological Control System/ Multi Tasking C ontrol System/ Embedded Con trol System  ABB, DANIELI, EMERSON AUTOMATION (FORMER LY “GE INTELLIGENT”), SIEMEN S, SMS, TMEIC  3.5. PDA  DANIELI, IBA, LMS, MICA, SOMAT  3.6. Panel / Enclosu re / Rack  APW PRESIDENT, HOFFM ANN, PYROTECH, RITTAL, VAL RACK  3.7. Surge Protectio DEHN, MTL, P&F, PHOEN IX CONTACT, OBO BETTER MANN  4. PA NEL BASED IN STRUMENTATION  4.1. Single Loop Sta nd Alone Controller  ABB, FUJI, HONEYWELL, SIEMENS, TOSHIBA, YOKOGAWA  4.2. Paperless Reco r der  CHINO, EUROTHERM, FU JI, HONEYWELL, LAXONS, Y OKOGAWA,  4.3. Alarm Annuncia tor  IIC, IL, MINILEC, PROCON , SEMUDA  4.4. Regulated DC Power Supply Unit / SMPS  APLAB, COSSEL, PHOENIX CONTACT, SIEMENS, WAGO  5. ANALYSERS

ACCEPTABLE MAKES LIST  SECTION-D  PROCESS CONTROL & AUTOMATION CENTRE F OR ENGINEERIN G & TECHNOLOGY  APRIL  202 22  S No.  ITEMS  CATEGORY  MAKE  5.1. Gas Analyser  ABB CHEMTROL (A METEK), EMERSON, FUJI, FO RBES MARSHALL, HONEYWELL, PANAMETRICS, SICK, SIEMENS, YOKOGAWA  5.2. Gas Detector  BEILER & LANG, DETRONICS, DRAGGER, INDUSTRIAL SC. CORPN MSA, TELEDYNE  5.3. Flame Detector DURAG, ENDEE, HONEY WELL, SICK, YAMATAKE  5.4. Moisture Analy zer (Nucleonic)  CHINO, BERTHOLD, EME RSON, THERMO FISHER  5.5. Moisture Analy zer  (Microwave/ Ca pacitance Type)  ABB, CHEMTROL, MOIST ECH, NDC, SIEMENS  5.6. Opacity Analyse DURAG, FORBES MARSH ALL, MAIHEK, SICK,  5.7. Calorific Value Analyser  CHEMTROL(AMS), REINE KE, UNION CALORIMETER, YOKOGA WA, IGCA  5.8. pH / Conductiv ity / ORP  Analyser  ABB, E&H, EMERSON, FO RBES MARSHAL, HONEYWELL, YOKOGAWA,  5.9. SOX / NOX/ CO Analyser  ABB, AIC (FUJI), EMERSO N, FUJI, FORBES MARSHAL, HON EYWELL, SICK, SIEMENS, YOKOGAWA  5.10. Elemental Analy ser  JICO, MAYA, PANALYTIC AL, REAL TIME, SCANTECH, THER MO SCIENTIFIC  6. WE IGHING 

ACCEPTABLE MAKES LIST  SECTION-D  PROCESS CONTROL & AUTOMATION CENTRE F OR ENGINEERIN G & TECHNOLOGY  APRIL 2023  23  S No.  ITEMS  CATEGORY  MAKE  6.1. Electronic Weighing System  (Hopper Weighing / Platform / Sc ales / In-m ot io n W.B.)  ABB, ACME, AVERY KELK, BEST, MINEBEA INTEC (F ORMERLY SARTORIOUS), PRECIA MOLEN, RICE LAKE, SCHENK, TRANSW E IGH  6.2. Load Cells & Accessories  ABB, FLINTEK, HBM, MINEBEA INTEC (FORMERLY SARTORIOU S), PRECIA MOLEN, PRECISION, RIC ELAKE, SCHENCK, SIEMENS, KEL 7. SPE CIAL INSTRUM ENTS  7.1. Thickness Gaug IMS, IRM, MESACON, TO SHIBA, THERMO SCIENTIFIC,  7.2. Hot Metal Dete ctor  AMERICAN SENSORS, D ANIELI, DELTA, SICK,TOSHIBA, H OKUYO AUTOMATIC CO. LTD.  7.3. Width Gauge  ABB, DELTA, DANIELI, IM S, PSYSTEME, THERMO SCI ENTIFIC, TOSHIBA  7.4. Vibration Monitoring System  GE OIL & GAS, IRD MECHANALYSIS, SHINKAWA  7.5. Portable Vibration Monitor  with analysis so ftware  BENTLEY NEVADA, FORBES MARSHAL, IRO  7.6. Test & Measuri ng Equipment  APLAB, FLUKE, KANE, SC IENTIFIC, TECHNOFIX,  7.7. Laboratory Equ ipment  BEAMEX, FLUKE, SCAND URA,WIKA  7.8. Digital Multi-Fu nction Meter  ACORD, CONSERVE, L&T , RISHAV, SECURE  7.9. Strip Profile Ga uge  IMS, MESACON, NDC (IR M), THERMO SCIENTIFIC, TO SHIBA, 

ACCEPTABLE MAKES LIST  SECTION-D  PROCESS CONTROL & AUTOMATION CENTRE F OR ENGINEERIN G & TECHNOLOGY  APRIL  202 24  S No.  ITEMS  CATEGORY  MAKE  7.10. Flatness/ Shape Gauge  ABB, DELTA, IMS, P -SYSTEME, SIEMENS, THERMO SCIENTIFIC,  7.11. La ser Doppler V e locity Meter  ACCUSPEED, AMERICAN S ENSORS, DELTA, KELK, LASER SPE ED 7.12. Optical Barrier  ABB, AMERICAN SENSO RS, DELTA, PAULI, SICK,  7.13. Position Transd ucer  LEONARD BAUR, NSD, S ONY MAGNESCALE, TEMPOSONIC, DELTA  7.14. Optical Encode HUBNER, LINE & LINDEY , STEGMANN  7.15. Surface Inspect ion System  ABB,COGNEX, PARSYTEC , SIEMENS, SURCON  8. CO MMUNICATIO N EQUIPMENT  8.1. Wireless Comm unication Equipment  CISCO, EXTREME, GE, JU NIPER, LOTUS WIRELESS, MOTOROLA, MOXA, RADIUS, SATELLI NE, SHEETAL WIRELESS, STAHL, PHOE NIX CONTACT  8.2. EPABX  ALCATEL, AVAYA, ERICS ON, ITI, SIEMENS  8.3. PA System/ Con ferencing system  AHUJA, BOSCH, HONEY WELL, PHI AUDIO COM  9. DIS PLAY & FDA S YSTEM  9.1. Alpha Numeric Display/ Jumbo  Display  AGLA, BLE BELL, GE, LEC TROTEK, MICROTECH, VINAY  9.2. Large Screen Display   HITACHI, LG, PANASONIC, SAMSUNG, SONY 

ACCEPTABLE MAKES LIST  SECTION-D  PROCESS CONTROL & AUTOMATION CENTRE F OR ENGINEERIN G & TECHNOLOGY  APRIL  202 25  S No.  ITEMS  CATEGORY  MAKE  9.3. Video Walls (LED)  DELTA, HITACHI, L G, PANASONIC, SAMSUNG, SONY  9.4. Fir e Detection a n d Alarm (FDA) Sy stem  BOSCH, HONEYWELL (ES S ER), HONEYWELL (NOTIFIE R) , SECURITON, SIEMENS, TYCO  10. INS TRUMENTATI ON CABLES  10.1. I nstrumentation / Screened/ Co-  axial/ Special Cables  CCI, CORDS, DELTON, FI NOLEX, LAPP, MEM, NICCO, THERMOCABLES, TOSHN IWAL, UNIVERSAL, SUN  10.2. Telephone Cab l e  BELDON, DELTON, FINO LEX, NICCO, TELE LINK, UNIVERSAL,  10.3. Load Cell Cable  FLINTEC, HBM, PRECIA MOLEN, RICELAKE, SARTORIOUS, SCHENK, SIEMENS  10.4. T/C Extension c able, Compensating cable, PTFE cable  BELDEN, LAPP, MEM, TE MCON, TEMPSENS, THERMOCA BLE, TOSHNIWAL CABLES 

SECTION-E  REFRACTORY 

ACCEPTABLE MAKES LIST  SECTION-E  R EFRACTORY  CENTRE F OR ENGINEER I NG & TECHNOLOGY  APRIL  202 26  S No.  ITEMS  CATEGORY  MAKE  1. Fireclay Refractories   (Alumina Up to 44 %)  ARUN REFRACTORIES, ARV IND INDUSTRIES, ASSOCIATED CERAMICS LT D., BRAHMA REFRACTORIES PVT. LTD., BURNPUR CERAMICS, BURNPUR INDUSTRIES , C HAMPION CERAMICS PVT. LTD., DALMIA C EM E NT (BHARAT) LTD., INDUSTRIAL ASSOCIATES, MAHAKOSHAL REFRACTORIES PVT. LTD ., MAITHAN CERAMIC LTD., MANISHRI REFRA CTORIES & CERAMICS PVT. LTD., PREMIER RE F RACTORIES PVT. LTD., RAJHANS REFRACTORIE S PVT. LTD., SAIL REFRACTORY UNIT, SHR EEKANT INDUSTRIES, TRL KROSAKI REFRACTO RIES LTD., VALLEY REFRACTORIES PVT. LTD 2. H igh Alumina R e fractories  (A lumina Above 44 %)  ASSOCIATED CERAMICS LTD., BRAHMA REFRACTORIES PVT. LTD ., CHAMPION CERAMICS PVT. LTD., DALMIA CEM ENT (BHARAT) LTD., INDUSTRIAL ASSOCIATE S, MAHAKOSHAL REFRACTORIES PVT. LTD ., MAITHAN CERAMIC LTD., MANISHRI REFRA CTORIES & CERAMICS PVT. LTD., PREMIER RE F RACTORIES PVT. LTD., RAJHANS REFRACTORIE S PVT. LTD., RANCHI REFRACTORIES (INDIA) PVT. LTD., SAIL REFRACTORY UNIT, SAI NT-GOBAIN PERFORMANCE CERAM ICS & REFRACTORIES, TRL KROSAKI REFRACTO RIES LTD.  3. S i lica Refractori es  DALMIA CEMENT (BHA RAT) LTD., TRL KROSAKI REFRACTORIES LTD., SA IL REFRACTORY UNIT  4. In sulation Refra ctories  ACHINT CHEMICALS, AS SOCIATED CERAMICS LTD., CALDERYS INDIA R EFRACTORIES LTD., CARBORUNDUM UNIVE RSAL LTD., MAITHAN CERAMICS LTD., MURU GAPPA MORGAN THERMAL CERAMICS LT D., NAVRANG REFRACTORIES PVT. LTD ., NEWKEM PRODUCTS CORPOPRATION, NUTE CH REFRACTORIES PVT. LTD., PREMIER REFRAC TORIES PVT. LTD., RAJASTHAN CERAMICS INDUSTRIES, RELIABLE REFRACTORIES PVT. LTD ., VALLEY REFRACTORIES PVT. LTD., SHREE CERA MICS FIBERS PVT. LTD. 

ACCEPTABLE MAKES LIST  SECTION-E  R EFRACTORY  CENTRE F OR ENGINEER I NG & TECHNOLOGY  APRIL  202 27  S No.  ITEMS  CATEGORY  MAKE  5. Basic Refractories (Magnesite/ Mag Chrome/ Chrome Mag/ Magnesia-Carbon/ Alumina M a gnesia Carbo n) CHAMPION CERAMICS PVT . LTD., DALMIA CEMENT (BHARAT) LTD., M AITHAN CERAMIC LTD., MANISHRI REFRACTORIES & CERAMICS PVT. LTD., RANCHI REF RA CTORIES (INDIA) PVT.  LTD., RHI MAGNESITA I N DIA LTD., SAIL REFRACTORY COMPANY LTD., SAIL REFRACTORY UNIT, SARVESH REFRAC TORIES PVT. LTD., TRL KROSAKI REFRACTORIE S LTD., VESUVIUS INDIA LTD.  6. P urging Refract ories (Porous P l ug/ Purging Pl ug)   DALMIA CEMENT (BHA RAT) LTD., HI-TECH CHEMICALS (P) LTD, IFG L REFRACTORIES LTD., MANISHRI REFRACTOR I ES & CERAMICS PVT. LTD., RHI MAGNESITA I NDIA LTD., SARVESH REFRACTORIES PVT. LTD ., TRL KROSAKI REFRACTORIES LTD., VE SUVIUS INDIA LTD.  7. P ouring Refract ories (Well b l ock/ Inner No zzle/ Outer N ozzle/ Slide ga te)  DALMIA CEMENT (BHA RAT) LTD., HI-TECH CHEMICALS (P) LTD, IFG L REFRACTORIES LTD., MANISHRI REFRACTOR I ES & CERAMICS PVT. LTD., RANCHI REFRACT ORIES (INDIA) PVT. LTD., RHI MAGNESITA INDIA LTD., SARVESH REFRACTORIES PVT. LTD., TRL KROSAKI REFRACTORIES LTD., VE SUVIUS INDIA LTD.  8. B lack Refractori es (Shroud/ M ono block Sto pper/ Tundish N ozzle/ SEN/ Sin gle Taphole S l eeve)  DALMIA CEMENT (BHA RAT) LTD., HI-TECH CHEMICALS (P) LTD, IFG L REFRACTORIES LTD., RHI MAGNESITA INDIA LTD., SARVESH REFRACTORIES PVT. LTD ., TRL KROSAKI REFRACTORIES LTD., VE SUVIUS INDIA LTD.  9. S i licon Carbide R efractories  CARBORUNDUM UNIVE RSAL LTD., SAINT- GOBAIN PERFORMANC E CERAMICS & REFRACTORIES  10. Alumina-Silicon Carbide- C arbon (ASC) Re fractories  CHAMPION CERAMICS PVT. LTD., DALMIA CEMENT (BHARAT) LTD ., MANISHRI REFRACTORIES & CERA MICS PVT. LTD., RAASI REFRACTORIES LTD., RH I MAGNESITA INDIA LTD., TRL KROSAKI REFR ACTORIES LTD. 

ACCEPTABLE MAKES LIST  SECTION-E  R EFRACTORY  CENTRE FOR ENGINEERING & TECHNOLOGY  APRIL 2023  28  S No.  ITEMS  CATEGORY  MAKE  11. Acid Resistant Refractories  CHAMPION CERAMICS PVT . LTD., MAHAKOSHAL REFRACTORIES PVT. LTD., MANISHRI REFRACTORIES & CERAMICS PVT. LTD., RAJHANS REFRACTORIES PVT. LT D., BURNPUR CERAMICS , SB STEEL, ORIENT REF R A CTORIES, JARIDIH CHEMICALS & INDUSTRIES 

SECTION-F  UTILITIES & SERVICES 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 29  S No.  ITEMS  CATEGORY  MAKE  1. PUMPS  1.1. C en trifugal Pu mps (Horizontal Sp lit Casing / Ho rizontal Back Pu ll out / Verti cal axial, Volute & M ixed flo w Types  All ranges) BHEL, FLOWMORE, F LO W SERVE, KIRLOSKAR (KBL), KS B, SAM, SULZER, WILO-MATHER & PL ATT, WPIL, JYOTI PUMPS  1.2. C entrifugal Pumps (Horizontal Split Casing / Horizontal Back Pu llout / Verti c al axial, Volute & Mixed flow Types  Less th an 100 m3/h BEST & CROMPTON, CALAMA, CHEMFLO, CRI, SAM, SJ INDUSTRIES, SPX FLOW (JOHNSON)  1.3. Bo iler Feed Pu mps / C ondensate Ex traction Pump  BHEL, KIRLOSKAR EB ARA PUMPS LIMITED (For boiler capacity u pto 50 tph), KSB, SULZER   1.4. Su bmersible p ump  CALAMA, CRI, DARLI NG, FLOWMORE, KISHOR PUMPS, KSB, LUBI, SAM, SU MOTORS, SULZER, VA RAT, WPIL, XYLEM, KBL, WILO-MATHER & PLATT  1.5. H orizontal Cen trifugal Pumps Fo r Slurry Han dling  BEST & CROMPTON, CRI, FL SMIDTH (DORR OLIVER), FLOW MORE, FLOW SERVE, METSO, SAM, WEIR MINERALS  1.6. R eciprocating Slurry Pump  FL SMIDTH (DORR OL IVER), ROTO, WEIR MINERALS  1.7. V ertical Centri fugal Pumps for Sl urry Handlin METSO, SAM, WEIR M INERALS  1.8. R eciprocating Pumps  ACME, AIRAUTO, CHE MTROL ENGG., FLOW SERVE, SWELO RE  2. VA LVES & GAT ES 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 30  S No.  ITEMS  CATEGORY  MAKE  2.1. FLUIDS (EXCEPT STEAM & OXYGEN) SERVICE  General Services - Make - up water system, Cleaning & Washing, Service air system, Purging system  2.1.1. G at e and Gl ob e   (Cast Steel)  G eneral Services BHEL, FLUIDTECH EQ UPT., FOURESS, GM ENGG., INTERVALVE, IVC, JOSHI JAMPALA, KIRLOSKAR, KSB, L&T, MASCOT, OSWAL INDUSTRIES, STEELSTRONG, TYCO VALVES, UNIVERSAL ENGG. CONCERN, VALVE TECH IND., LEADER, SWIMS (BDK)  2.1.2. G ate and Globe   (C ast Steel)  A LL Process BHEL, FLUIDTECH EQUPT., FOURESS, KSB, L&T, TYCO VALVES, SWIMS  (BDK)  2.1.3. N on- return Va lves (Cast Steel)  G eneral Servi ces ADVANCE, BHEL, DEZ URIK, FLUIDTECH EQUPT., FOURESS, GM ENGG., INTERVALVE, KIRLOS KAR, KSB, L&T, OSWAL INDUSTRIES, STEELSTRONG, UNIVERSAL ENGG. CO NCERN, UNIVERSAL ENGG., VALVE TECH I ND, LEADER SWIMS (BDK)   2.1.4. N on- return Va lves (Cast Steel)  A ll Process BHEL, FLUIDTECH EQ UPT., FOURESS, KSB, L&T, SWIMS (BDK)   2.1.5. G ate, Globe an d Non-return V alves   (F orged Steel) G eneral Servi ces BHEL, FOURESS, HYD RO TECH ENGG., INTERVALVE, JOSHI J AMPALA, KIRLOSKAR (KBL), KSB, L&T, OSW AL INDUSTRIES, VALVE TECH IND.,SW IMS (BDK)   2.1.6. Gate, Globe and Non-return V alves (Forged Steel)  A ll Process BHEL, FOURESS, KSB, L&T, SWIMS (BDK)  

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL 2023  31  S No.  ITEMS  CATEGORY  MAKE  2.1.7. Gate and Globe Valves (SS & Alloy Steel)  BHEL, FOURESS, INT ERVALVE, KSB, L&T, OSWAL INDUSTRIES, SWIMS (BDK)   2.1.8. G at e, Globe, N on -Return V alv es  (C ast Iron, & S G Iron)  G eneral Servi ces BANKIM, CALSEN, C H E MTECH, DURGA VALVES, FLUIDTECH EQUPT., GM DALUI, IVC, JOSHI JAMPALA, KIRLOSKAR, LEADER, SHIVA DURG A, SIGMA FLOW, UNIVERSAL ENGG. CO NCERN, UNIVERSAL ENGG., UPADHYAY, V ALVE TECH IND  2.1.9. G ate, Globe, N on-Return Valves  (C ast Iron, & S G Iron)  A ll Process FLUIDTECH EQUPT., I VC, JOSHI JAMPALA, KIRLOSKAR, SHIVA DURGA, UPADHYAY  2.1.10. D ouble Eccent ric Butterfly V alves  DELVAL FLOW CONTR OLS, FOURESS, INTERVALVE, JOSHI J AMPALA, L&T, STAFFORD (VIRGO), V ALVE TECH IND., SWIMS (BDK), KSB, K IRLOSKAR, IL  2.1.11. Tr iple Eccentri c Butterfly Valves  DELVAL FLOW CONTR OLS, EMERSON (VIRGO), FOURESS, IN TERVALVE, JOSHI  JAMPALA, L&T, PENTAIR (TYCO), SWIMS (BDK)   2.1.12. Bu tterfly Valve G eneral Servi ces BRAY CONTROLS, DE LVAL FLOW CONTROLS, DEMBLA , DEZURIK, DURGA VALVES, CHEMTECH, FLOW SERVE, FOURESS, INTERVALV E, JOSHI JAMPALA., KIRLOSKAR, KSB, L&T , MASCOT, METSO, ROTEX, SIGMA FLOW , STAFFORD CONTROLS, TYCO VA LVES, UNIVERSAL ENGG. CONCERN, UNIVERSAL ENGG., VALVE TECH IND.,AV CON, SWIMS (BDK) , LEADER 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 32  S No.  ITEMS  CATEGORY  MAKE  2.1.13. Butterfly Valve  A ll Process BRAY CONTROLS, D ELVAL FLOW CONTROLS, FLOW SERVE , FOURESS, INTERVALVE, KSB, L& T , METSO, TYCO  VALVES, SWIM S (BDK)   2.1.14. Fa b ricated Val ves (Gate Valves)  FLUIDTECH EQUPT., F OURESS, JOSHI JAMPALA, L&T, CHEM TECH  2.1.15. Fa bricated Val ves (Butterfly V alves)  FLUIDTECH EQUPT., F OURESS, IL, INTERVALVE, JOSHI J AMPALA, L&T   2.1.16. G oggle Valves FOURESS, JOSHI JAM PALA, Zimmerman & Jhonson-India, CHEM TECH  2.1.17. 3 or 4 Way Co ck/Plug valve (CI CS/ FS)  FLOWSERVE, UNIVER SAL ENGG. CONCERN, L&T  2.1.18. Ba ll Valve (SS/ CS / FS / CI)  G eneral Servi ces AQUA VALVES, DELVA L FLOW CONTROLS, EMERSON (VIRGO), IN TERVALVE, KSB, L&T, MASCOT, OSWA L INDUSTRIES, MICROFINISH, NSSL, PENTAIR (TYCO), ROTEX, VALVE TECH I ND., SWIMS (BDK)   2.1.19. Ba ll Valve (SS/ CS / FS / CI)  All Process DELVAL FLOW CONTR OLS, EMERSON (VIRGO), INTERVALVE , KSB, L&T,  MICROFINISH, PENTA IR (TYCO), ROTEX, SWIMS (BDK)   2.1.20. Fl oat Valve  CALSEN, IVC, LEADER , LEVCON, SHIVA DURGA, UPADHAYA,   2.1.21. Fo ot Valve  CALSEN, DEZURIK, IV C, KIRLOSKAR (KBL), LEADER, LEVCON, SH IVA DURGA, UPADHAYA, SWIMS (BDK)   2.1.22. D iaphragm Va lve  CRANE PROCESS, FLU ID SYSTEM, MASCOT, SWIMS (BD K)   2.1.23. A i r Release Va lve  BANKIM, CALSEN, IV C, LEADER, LEVCON, SHIVA DURGA, SIGM A FLOW, UPADHYAY 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 33  S No.  ITEMS  CATEGORY  MAKE  2.1.24. Safety Valve  BHEL, IL, FORBES M ARSHALL, MEKASTAR, PENTAIR (TYCO), SWIMS (BDK)   2.1.25. N eedle Valve  AIR CHEM, DUNCU N, S CHRODER, SEIMAG, VALVE TECH IND  2.1.26. Knife-edge Gate Valve  DEZURIK, FLOWLINK SYSTEMS, HABONIM VASS, JASH, JOSHI JA MPALA, METSO, ORBINOX, PENTAIR ( TYCO), VALVE TECH IND, WEIR-MINERALS , BRAY CONTROLS  2.1.27. Pressure Reducing Valve  CRESCENT, FLOWTEK, FORBES MARSHALL, IL, MEKASTER  2.1.28. Sl uice Gate  IM ENGG, INTERVALV E, JASH, LEVCON  2.1.29. Non-Ferrous Valves (General  Pu rpose)  AKSONS, ASCO, BOMBAY METAL, CRESCENT, FLUIDLIN E, GM DALUI, LEADER, SANT VALVE S, VALVE TECH IND  2.1.30. D ampers  (Ai r and Gas se rvices)  DTL, FOURESS, INTER VALVE, JOSHI JAMPALA, STAFFORD 2.2. STEA M SERVICE  2.2.1. Gate and Globe  (C ast Steel & F orged Steel)  BHEL, FOURESS, HOPKINSONS-WEIR, HYDRO TECH ENGG., INTERVALVE, KSB, L & T, OSWAL INDUSTR IES, PRUSS(HS), SWIMS (BDK)   2.2.2. Non-return Valves (Cast Steel & Forged Stee l)  BHEL, DEZURIK, FOURESS, INTERVALVE, KSB, L&T , SWIMS (B DK)   2.2.3. Gate, Globe & Non-return V alves  (S S & Alloy Ste el)  BHEL, FOURESS, HOPKINSONS-WEIR, KSB, L & T, OSWAL INDUS TRIES  2.2.4. Ba ll valves (Ca st Carbon Steel an d alloy Stee l)  BHEL, KSB, L & T, OS WAL INDUSTRIES, THERMAX  

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE FOR ENGINEERING & TECHNOLOGY  APRIL  202 34  S No.  ITEMS  CATEGORY  MAKE  3. HEAT EXCHANGERS  3.1. H ea t Exchange r (Plate Type) ALFA LAVAL, APV, HR S , IDMC, SWEP, TRANTER, KELVION I N DIA  3.2. H ea t Exchange r (Shell & Tube  Ty pes)  AIR CARE EQUIPMEN TS, ALFA LAVAL, APV, BHEL, EASTERN EQUIP ENG (EEE), EUREKA ENGG., GODREJ, ING-TECH ENGG. CO., L&T, PRECISION COOLING, REILIENCE, RELIANCE, TEMA INDIA, TEXMACO, THERMAL SYSTEMS, THERMAX  4. C OOLING TO WERS  GAMMON, GEA COOL ING TOWERS, PAHARPUR, PALTECH , SHRIRAM TOWER, WET BULB  5. FIL TERS / STRA INERS  5.1. Fi lters /Straine rs  AMIAD, FILTRATION ENGINEERS, OTOKLIN, SUPERFLO, SUREFLO PUROLATOR, HYDAC FILTERS  5.2. Pr essure Filter DOSHI ION- VEOLIA, D RIPLEX, ING- TECH ENGG. CO., EFFWA, E UREKA ENGG. RESIN INDIA, FILTERATION ENGINEERS, ION EXCHANGE, McLANA HAN, OTOKLIN, PENTAIR WATER, THERMAX, VA TECH, VOLTAS  5.3. A ctivated Carb on Filter  ARUDRA, ION EXCHA NGE, OTOKLIN, PENTAIR WATER, RES IN INDIA, SUREFLO, THERMAX, VASMYL, VOLTAS  5.4. Iron Removal Filter  ION EXCHANGE, SPARKLE, THERMAX, VOLTAS, ZEOLITE INDIA (P) LTD  5.5. Y-Strainer  CADILLAC, DRAYTON-GREAVES, FILTERATION ENGINE ERS, FORBES MARSHALL, OTOKLIN , SUPERFLO, UNIKLINGER 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 35  S No.  ITEMS  CATEGORY  MAKE  5.6. Cyclone Separator  Filtration Engineers India Pvt. Ltd., LAKOS, SUPERFLO, TIMEX (AMIAD)  6. EXP ANSION JO I NTS/COMPENSATORS (Utility & Services)  6.1. Ex p ansion Join ts / Compensators  (M etallic)  ATHULYA, DWREN, F LEXICAN, FLEXITHERM, LONE STAR, BD ENGINEERS, METALLIC BELLOWS, PRECISION ENGINEER S, SUR INDUSTRIES  6.2. Ex pansion Joints/Compensators  (R ubber)  CORI ENGG., DWREN , GBM , KELD ELLENTOFT INDIA, PRECISION ENGRS., STANDARD PRECISION BELLOWS, SUR INDUSTRIES  7. C ENTRIFUGA L GAS  B OOSTER (B F/CO/BOF/ MIXED FUEL G AS)  AEROTO BOLDROCCH I, ANDREW YULE, BHEL, HOWDEN, TLT 8. IN SULATION MATERIAL  AND WORK  BAKELITE HYLAM, FIN LAY INSULATIONS, LLYOD INSULATION, RAYCHEM, UP TWIGA  9. P RESSURE VE SSELS / BUFFER V ESSELS  BHEL, L&T, NTPC-ALS TOM, PRESSURE VESSEL INDIA (P) LTD ., TEXMACO, TITAN ENGINEERING 10. G AS HOLDER (D RY SEAL TY PE)   MB Engg (CLAYTON WALKER GROUP-UK), LAZARUS & ASSOCIA TES   G AS HOLDER (W ET SEAL TY PE)  MB Engg (CLAYTON WALKER GROUP-UK), LAZARUS & ASSOCIA TES   11. PIP ES 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 36  S No.  ITEMS  CATEGORY  MAKE  11.1. Steel Pipes  INDIAN SEAMLESS, JSW, KHANDELWAL, MAHARASHTRA SEAMLESS, SAIL, SURYA TUBES, TATA TUBES , U TKARSH, RATNADEEP METAL & TUBES LTD.  11.2. St ai nless Steel Pipes  CHOKSY, DIVINE TUB ES, JINDAL SAW, MAHARASHTRA SEA MLESS, MEC TUBES, SURAJ LTD., QUALITY STAINLESS, STANDARD (INDIA), STERLING, ZENITH, RATNADEEP METAL & TUBES LTD  11.3. C ast Iron Pipe s & Specials  KALINGA IRON WOR KS, KESORAM INDIA LTD.  11.4. DI Pipes  ELECTRO STEEL CASTINGS., JINDAL SAW, TATA METALIKS DI P I PE LTD.  12. WA TER TREAT MENT AND DM WATER PLANT  12.1. D M , Soft Wat er Plant, RO PL ANT  VEOLIA, DRIPLEX, EFF WA, EUREKA FORBES, GE POWER & WATER, GEA ENERGY SYSTEMS, IO N EXCHANGE, ISGEC (Except RO Plant), PE NTAIR WATER, RESIN INDIA, SPARKLE, THE RMAX, TRIVENI ENGG., VOLTAS  12.2. C l arifier  EIMCO-KCP, EUREKA FORBES, JORD ENGINEERS, McNALL Y SAYAJI, TRIVENI ENGG. Wate r Systems India Pvt. Ltd.  12.3. Th ickener  As per makes of Thick ener mentioned in MINING & MINERAL PROCESSING AREA  12.4. C hemical Dosi ng   CHEMBOND, GE POW ER & WATER, NALCO, SJ INDUSTRIES, TELLABS CHEMICALS, TRIVENI ENGG   12.5. Filter Press  ANDRITZ, DINSHAW, FILTER MACHINE, FL SMITH, PANAMA, SU REFLO 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE FOR ENGINEERING & TECHNOLOGY  APRIL  202 37  S No.  ITEMS  CATEGORY  MAKE  13. EQUIPMENT & SYSTEM FOR AIR AND GAS  13.1. Tu r bo Blowe BHEL (For Centrifuga l ), Howden CKD Compressors (For Cen tr ifugal), KAWASAKI, Mitsui E&S Machiner y Co., MAN Energy Solutions, SIEMENS  13.2. C ompressor (Centrifugal)  ATLAS COPCO, FS-ELLIOTT, INGERSOLL RAND, KAZANCOMPRESSORMASH, KIRLOSKAR, KOBELCO, SIEMENS  13.3. C ompressors ( Screw)  ATLAS COPCO, ELGI, I NGERSOLL RAND, KAEZER, KIRLOSKAR PNEUMATIC  13.4. C ompressors ( Reciprocating)  BURCKHARDT COMP RESSION, ELGI, INGERSOL RAND, KIR LOSKAR PNEUMATIC  13.5. Po rtable Air Co mpressors  ATLAS COPCO, ELGI, HOLMAN CLIMAX, INGERSOLL RAND, KIRLOSKAR  13.6. C entrifugal B lowers & Fans  For all applications except fuel gas  C apacity < 80, 000 m3/h  AEROTO BOLDROCCH I, ANDREW YULE, BATLIBOI, BHEL, C.DO CTOR, HOWDEN, MAXFLOW, REITZ, TL T ENGG.  C apacity > 80, 000 m3/h  AEROTO BOLDROCCH I, ANDREW YULE, BHEL, HOWDEN, MAX FLOW, TLT ENGG  13.7. A i r Drier  ATLAS COPCO, DELAI R, EXAL, INGERSOL RAND, ROOS TEMPKOOL, SANPAR, TRIDENT  13.8. A i r Trap  DRAYTON GREAVES, FORBES MARSHAL, UNI KLINGER   13.9. M oisture Sepa rator  DRYTECH ENGINEERS , FESTO CONTROL, HYDAIR, NUCON, RO SS, SCHRADER, SMC, THERMAX, UNIKLING ER, VELJAN  14. POWER PLANT EQUIPMENT 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 38  S No.  ITEMS  CATEGORY  MAKE  14.1. Boilers (Stoker, Pulverised, AFBC, CFBC)  BHEL, GE, ISGEC, TH ERMAX, THYSENKRUPP  G as Fired Boile BHEL, GE, ISGEC, THE R MAX  W a ste HeatBo ilers  BHEL, ISGEC, THERM AL SYSTEM (lessthan 50 tph capacity), THERMAX  14.2. St eam Turbine s (For turbo- b l ower)  BHEL, MAN Energy So lutions, SIEMENS  14.3. Steam Turbines (For power g e neration)  BHEL, MAN Energy Solutions, SIEMENS, SKODA, TRIVENI TUR BINE  14.4. Auxiliary Steam Turbines  (R ange less th an 1000 kW)  KEPL, FORBES, TRIVENI TURBINE  14.5. G as Turbines  ALFA LAVAL, ALSTOM , BHEL, GE, MITSUBISHI, SIEMEN 14.6. To p Pressure r ecovery Turbine  KAWASAKI, Mitsui E& S Machinery Co., MAN Energy Solution 14.7. C ondenser (W ater)  ALSTHOM, BHEL, GE GODAVARI, MAZDA, SIEMENS, UNIVERSAL HEAT EXCHANGER  14.8. D e-aerator  BHEL, ION EXCHANG E, ISGEC, THERMAX  14.9. PR DU  BHEL, CHEMTROL, FO RBES MARSHAL, THERMAX, KOSO FLUID CONTROL, EMERSON PROCESS M ANAGEMENT  14.10. H P / LP Dosing ASIA LMI, ENPRO, M ETA CHEM, VK PUMPS  14.11. Soot Blowers  BERGMAN, BHEL, SISTON  14.12. H P Heater & L P Heater  BHEL, ISGEC, SIEMEN S, THERMAX 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 39  S No.  ITEMS  CATEGORY  MAKE  14.13. Steam Traps  DRAYTON, FORBES MARSHALL, GREAVES, THERMAX, UNIKLINGER, ESCO, UNISON VALVES, PENANT E N GG , ECON STEEL  15. PO LL UTION CO NTROL EQUIPMENT  15.1. ESP  ------  C apacity < 5,0 0,000 m3/h  ANDREW YULE, BATL IBOI ENVIRONMENTAL EN GG, BHEL, ELEX, FL SMIDTH, GEA PROCE SSING, HARMONY ENVIRONMENTAL SY STEMS (HES), K. C COTTRELL INDIA, RIE CO INDUSTRIES, SOIL & ENVIRO INDUSTRIES, THERMAX INDIA  C apacity > 5,00,000 m3/h  BHEL, ELEX, FL SMIDTH, GEA PROCESSING, K. C COTTRELL INDIA, THERMAX 15.2. B AG FILTERS ------  C apacity < 2,5 0,000 m3/h  ANDREW YULE, APC S YSTEMS, BATLIBOI ENVIRONMENTAL EN GG., BEVCON WAYORS, CK AIRTECH , CLAIR ENGINEERS, F. HARLEY, GLOBAL E NVIRO SYSTEM, RIECO INDUSTRIES, S OIL & ENVIRO INDUSTRIES, THERMA X   C apacity > 2,5 0,000 m3/h  ANDREW YULE, BATL IBOI ENVIRONMENTAL EN GG., BOLDROCCHI, RIECO INDUSTRIES, T HERMAX  15.3. DUST SUPPRESSION SY STEM  CHEMTROL SAMIL, DUST SOLUTION SYSTEM, F. HARLEY, K AVERI ULTRAPOLYMERS, SP RAYING SYSTEMS, TPS INFRASTRUCTUR

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 40  S No.  ITEMS  CATEGORY  MAKE  15.4. CYCLONES AND MULTI CYCLONES  AEROTO BOLDROCC HI, AIR TECHNICO, ANDREW YULE, BATLIBOI ENVIRONMENTAL EN G INEERING, F. HARLEY, RAJDEEP EN G G, RIECO INDUSTRIES, THERM AX  16. AIR CONDITIO NING, REFRIGERATION & VENTILATION  16.1. W indow/Towe r/Split AC/ D uctable Split AC  BLUE STAR, CARRIER , DAIKIN, FEDDERS LLYOD, HITACHI, MIT SUBISHI, SAMSUNG, VOLTAS, ZAMIL  16.2. Pa ckaged Chil l ers  BLUE STAR, CARRIER , DAIKIN, DUNHUM BUSH HITACHI, TRAN E, VOLTAS, YORK  16.3. Pa ckage AC  ACCEL, BLUE STAR, D AIKIN, VOLTAS  16.4. Pr ecision Air Conditioning   CLIMAVENETA, EMERSON, STULLZ-CHSPL (INDIA)  16.5. C ooling Tower (ACVS)  ADVANCE COOLING T OWERS, ARMEC, DBR, FRICK INDIA, GA MMON INDIA, HIMGIRI, MIHIR ENG I NEERS, PAHARPUR, SOUTHERN COOLING TOWERS,VOLTAS, WET BULB  16.6. Air Handling Unit  DAIKIN, EDGETECH, ETA, ROOTS COOLING, VOLTAS, Z AMIL, ZECO AIRCON  16.7. Tu be Axial Fan ABLE AIR-O TECH, AE ROVENT, ANDREW YULE, CARYAIRE, DUS TVEN, EFE, FLOWLINK, HUMIDIN, KHAITAN, KRUGER, MAXFLOW, MESINA, SH ENGG., TUBOFLOW  16.8. Panel Filter For Air  ABB, ACCO, BHARAT, C.DOCTOR, CADILLAC, EFE, FLOW LINK, FMI, GEC, PUROLATOR, WFI 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE F OR ENGINEER ING & TECHNOLOGY  APRIL  202 41  S No.  ITEMS  CATEGORY  MAKE  16.9. Air Washer  AIRLINK, EFE , HUM IDIN, MARCO, MESINA, ROOTS COOLING , SYMPHONY  16.10. Pr opeller Fan  ABB, ACCO, AEROVEN T , DUVENT, INDVENT FANS, MES I NA, SH ENGG., TUBOFLOW, VENTUR 16.11. R oof Extractor AIRLINK, ALMONARD , ANDREW YULE, C. DOCTOR, CARYAIRE, EFE, FLOWLINK, HUMIDIN, KRUGER, V ENTURA  16.12. Vapor Absorption Machine  BLUE STAR, CARRIER, KIRLOSKAR, THERMAX, VOLTAS  17. OX YGEN & CRY OGENIC SERVICE  17.1. C r yogenic Pum CRYOPUMP, CRYOST AR, ICL  17.2. Oxygen Filter / Y-Strainer  BEE, BLUESTAR, CARBERN, CLASSIC, Filteration Engineers India Pvt. Ltd., NOVINTEC, ORSEAL, SHIPHAM, VEE  17.3. N on Ferrous C ontrol Valves  BLACKHALL, FISHER, LEEDS, METSO, SAMSON, SEVERN GL OCON  17.4. N on Ferrous S elf-regulating V alves  BALEY BRIKETT, BRO ADY, FISHER, SAMSON, SEVERN GL OCON, TYCO  17.5. N on Ferrous V alves (Gate, Globe, Ball) - < DN50  CRESCENT, FLUIDLIN E, LEADER, MICROFINISH  17.6. N on Ferrous Valves (Gate, Globe, Ball) - > DN50  BESTOBELL, BROOKSBANK, FISHER, HEROSE, LEEDS, MACK, METSO, SAMSON, SEVERN GLOCON, SH IPHAM  17.7. Sa fety Relief V alve  ARCA, BAILEY BRIKET T, BROADY,CROSSBY, DARLING MUESEO, FARRIS, IL, JN MARSH ALL, KEYSTONE, KUNKLE, SEBIM, SEM PELL, TYCO 

ACCEPTABLE MAKES LIST  SECTION-F  UTIL ITY & SERVICES  CENTRE FOR ENGINEERING & TECHNOLOGY APRIL  202 42  S No.  ITEMS  CATEGORY  MAKE  17.8. Vaporizers  CRYOQUIP, ICL, INO X, IWI CRYOGENICS, SHELL & TUBE  18. FIR E FIGHTING E QUIPMENT  18.1. Po r table Fire E xtinguishers  DEFLAME, FIRE SHIEL D, FIREX, GUNNEBO, INTIME FIRE, KANADIA FYR FYTER, MINIMAX, NITIN, SA F EX, SUPREMEX, ZENITH  18.2. Fi re hydrant  ASCO, GUNNEBO, MI NIMAX, NEWAGE, NITIN,STEELCO, ZENITH  19. R EHEATING FURNACE  (P usher/Rota ry)  ANDRITZ, ENCON, FIVESTEIN, HYPERTHERM, TECHNOTHERM, TENOVA, WESMAN  20. MI SCELLANEO US ITEMS  20.1. Su rge Tanks  ANUP ENGG., PERFEC T ENGG., SAKTHI HITECH, ZENITH EREC TORS  20.2. O il Skimmer  HI-TECH ENGRS, JVM ENG., POTENTIAL ENGG, PREMIER OIL SKIMMER  20.3. Tr aveling Wate r Screen  MACMET, MAHINDR A ASTECH, McGALE, OTOKLIN, SWAMINA INT., TRIVENI  20.4.  Electrical Heat Tracer  NICROPAD, RAYCHEM, THERMON, THERMOPAD 

SECTION-G  COMPUTERIZATION & INFORMATION TECHNOLOGY

ACCEPTABLE MAKES LIST  SECTION-G  CENTRE F OR ENGINEERING & T ECHNOLOGY  APRIL  202 43  COMPUTERIZATION & INFORMAT ION TECHNOL OGY  S No. ITEMS CATEGORY  MAKE  1. IT EQUIPMENT 1.1.  Desktop PC  DELL, HP, LENOVO  1.2.  Industrial PC / Semi- Rugged Laptop  ADVANTECH , DE LL, PANASONIC, SIEMENS  1.3.  Laptop  DELL, HP, LENOVO  1.4.  Server  DELL, HPE, FUJ ITSU, LENOVO/IBM, ORACLE/SUN  1.5.  Network Switch/ Router/ WAP (I T, Office)  CISCO, DELL, EXTREME, HP/HPE, RUCKUS  1.6.  Network Switch / Router/ WAP (Industrial)  ADVANTECH, C ISCO, HIRSCHMANN, ROCKWELL, SC HNEIDER, SIEMENS  1.7.  Cyber Security Solutions (Hardware/ Software)  CHECKPOINT, CISCO, FORTINET, JUNIPER, SOPH OS, PALO ALTO  1.8.  Passive network components / accessories  DIGILINK/SCH NEIDER, MOLEX, ROSENBERGER , SYSTIMAX, TYCO (AMP)  1.9.  UTP cable  DIGILINK/SCH NEIDER, ELKAY, MOLEX, SYSTIM AX, TELELINK, TYCO(AMP), U NIVERSAL  1.10.  FO cable  BELDEN, DIGIL INK/SCHNEIDER, FINOLEX, LUCENT, MOLEX, STARLITE, SYST IMAX, TYCO(AMP), ROSENBERGER 1.11.  Data storage system  DELL/ EMC, FU JITSU, HP/HPE, HITACHI, IBM, NETAPP, ORACLE  2. CCTV SYSTEM  2.1.  CCTV system  BOSCH, CP PLU S, HONEYWELL, PELCO, PANAS ONIC, SAMSUNG, SEIMENS, SON Y, TYCO  2.2.  LED  display (40 ” or more)  HITACHI, LG, P ANASONIC, SAMSUNG, SO NY  2.3.  Video wall  DELTA, HITACH I, LG, PANASONIC, SAMSUNG, SONY 

Centre for Engineering & Technology  Ranchi-834002 

U-2. EI DATED: 16TH SEP.'97 REV :01 TECHNICAL PARTICULARS OF DC MOTOR. 1.1. Make 1.2. Drive Equipment 1.3. Power supply / 1 -4. Type 1.5. Duty 1.6. Rated power at an ambient temperature of50 deg. C \ 1.7. Rated voltage 1.8 Rated speed 1.9 Rated current 1.10 Excitation type/ current / voltage 1.11 No. of st-arts per hour. 1.12 Type of enclosure 1.13 Method of cooling 2.1. Torque in kg in at 3.1. Revolution per minute at BHEL, Hardwar Mixing & Nodulising drum. . Suitable for supply from Thyristors. However, ripple content should not exceed 10%. DC Mill Duty ( S1 ). 730 kw. 500 Volts. 750 rpm. 1550 Amp- Separate/ 14 Amp./ 230 volts. 20 IP52 TEFC (through external blower.). 9295 Nt.-in 18590 Nt.-in 16267 Nt.-in 750 rpm- 754 rpm- Motor GA Drw. ref :  MEC.C317.LOO.25.€,306.E Project. Bhllai steel plant, Smterplai`t 3 -Pkg I C.onsultant MECON. Bhilai Title :                       Manufacturer's data sheet for Dr, f`.1otoi Drw. No. :               MEG.C317.L94.25 8473.E, R.:i.i` I, Page2 ot.1

U-3 4.1. 6.3. 6.4. Efficiency at 115 deg. C a.100°/o full load b. 750/o fullload c. 50% fullload d. 250/o fullload Class of Insulation Permissible temp. rise ( deg. C ) Frame size Details of Armature & Armature winding a. Type of winding b. Inertia in kg meter square (GD square). c. Resistance in hot condition at 115deg.C d. Resi`§tance in cold condition at 20 deg.C. a. Resistance of (interpole+comp.) winding at 20 deg./115 deg.C b. Resistance of field winding at 20 deg./115 deg.C Details of field winding & field a. No. Of poles. b. Noof coilsperpole c. Coils connection 6.5. Commutator details a. No. of segments b. Allowable wearing depth, c. Widthof Bar d. Maximum permissible current per L`jar with ventilation on & in running condition Motor GA Drw. ref : MEC.C317.I.00.25.8306.E Project :                  Bhilai steel plant: Siri!.er plant 3 -Pkg I Title :                       Manut-ac'iurer's beta sheet for DC Motel 9 4 . 2 0/o 94.0 % 93.5 % 90.0 % H 100 for all windings by resistance method. MDS 824M Simple Lap 746 o.oo3`95o ohm. 0.002875 ohm. 0.00296/0.00406 ohm. 12.00 / 16.5 ohm. 198 8 to 10 mm. 9.82 mm. 115A Ccinsil!tant :      MECON, Bh:Iai Drw. No. :              MECC317 L9d 258473E,Rev.{ , Page:i of4

6.6. 6.6. 9.1. U-t' Details of Bearing for DE & NDE u. Type ( NCE/CE) b Make Details of arms a. Noof arms. b. No of brushes/brush holder Per arm- c. Make d. Grade of carbon e. Length of brush f. Vvldth of brush 9. Thickness of brush h. Recommended brush pressure Recommended lubn.cation Method of lubrication in running condition. Noise level Mode/ place of vibration measurement. Weight in Kg. `Tl-. I. i-4-'r/i; I.1.'..`J '.,'Jrq      C^.1r (i ,.11.I ,-., ` i ,,L ,.,. i tlAt`L}i`A,i{-2494u3 Prepared by 22240/ Nu240 SKF/ FAG/ NTN 6 8/4 - National Carbon Brush Products, Calcutta for brush holder. ~ Vidyut Carbon, Hardwar for Brushes. EG14 32. 25 50 200 gin/ square. cm Grease (Servogem-2) Grease (Through nipples by grease gun.) ' As per IS 12065 As per ls 12075 8200 Kg. Checked b\f ( Aft-I,,AI H1,i ,.,,,, i ) M`?I.a.:. GA Drw. ref : MEC.C317.I,00.25.8306.E Project :                    Bhilai steel F`lar,:` Sinter plarit 3 -Pkg I .=ci!`s`Jltant ` MECON. 'Bhilai Tit`!e :                          ManiL.factu:'er.:`: data s!ieet fo,f. tic. Motor 'Drw. No. :                MEC,.C317.i_94.25 847:i.E. F`ev.t. r7a`jL3 4 c3:'..::

Procedure for carrying out amendments I Toto\ no of sheets, pertamino to a Bra-.r`O No. are nentioned only on Sheet No. I and on last sheet I 2 3 4 s 6 7 8 9ioii i2i3i4i5 i6i7 .i8i92Oai 2 ( )                                 -11 i I.._u-[|.i.: I-in-rl.'l''.IJ A|phobet in the lst square, of the 4th Blor:k cf squares. inclicotes latest arrendnent or the status ct. the i€€._.c` of the cJro*ing. 3 |n case of changes, the artendnent to Pro.mg No. .iu be carried out only on those sheets, L` -I.:ch char,8€s hove token plcice oncI On Sheet No. I for tne purpcjse a+- sumory oF onencln€nt5. The 5oir`€ proct.Our€ .iu continiie for subsequent Changes but every acldi+.¢nol change .ill be inclicoted by use of next ru.era! e.9. Soy onendr`ent `1. tot<es Plac. in Sh.ct No. 3.4.7. Theh nunerat `1. -itt oopeor in lst squa.. of 4th a`ocL of DrQ-ing No. written on Sheet No. 3.4.7 t I. f-urthcr, sa}', next on€nclr`€nt tok.s i]`oc€ in Sn€et Nc) J,5.9 Then nunerol `2` .ill appc.or in lst sc|uore of the 4tn Block af Bra.ino No. .rjtten on Sheet No 3.S.9 [ I Cue- though Sheet No. 5 9 9 do r`ot hove anendrent .1'  .artier. they d;rectty .`lt hove onenclrient `£` a. Separate tobutar Corn of ah.nchent co`um does not appear on Sheet No I but do.s appea. on alt ra.a;ul.9 sheets. The brief description in these cat-s inclicates the refer.nco of Client.S/Soles Of fiee`s/Vork's letter or actual chang.s done in the dro.ing. The date-co`unn inclicates .h.n the onenalnent has .Oe€n cQrried out The actuol and lot.St Changes are hiohtiohted I)y ora.ino a Circular shape around than ancl by ~;tina a.-.erid-ent- o`phobet in a triongle near this circulor fora. 5. Reference Dro.ino Nos., .herever r`entionecl. sho. basic Bra.ino Nos. .ithout any a.endne^t Tho info.-ot:a- about the latest issue of any dra.ing Can be obtahed only fran `ate5t copy of `li5t of Oocuncr`t5- Ihicn .s sent o`ong ..th Set of dro.ings f`or every clrowing subnissjon. Sunnar of Anenc*nents . NOTE'S MC]DIFIEI) sfroatur..u„h Name.., `oL- hirmw LtwTtED Approved vide MECON.S letter reference 02/10/C31?/5A/03033 dated 29.08.1997 PRINCIPAL STEEL AUTHORITY 0F- [NI)IA LTD. . BHILAI STEEL PLANT "ITSUI CON TeAC TOR: - & CD. LTD. TcciiNicAi LCAncR KAWASAK} ST-EEL C=lRP C`ONSULTANTS :- !      I-:ETALLURGICAL & ENGINEERING i CONSULTANTS (lt\lDIA) LIMITED C 0;i i a 4C T OF' . - S I 1',: M E N S i iDRc,.NH. iM!E!c!EEHjl.'2i6E8lilo 1 EEriTL=EZ=l II SCCTI0h' : BHILAI STEEL PLANT SICN. NF\HE iiI I SINTERING PLANT t\'0.3 Ph'G.SP3-.i rDsrJN. * IC. DRWN. BKB TITL[`~ DATA SH.E <Jr.r FOR DC MOTOR L¥i±gr--==~ iC,.`C=I,iaCJ taco. 11 73OKw_FOR M[x[NG & NODULrz[NG DRuh,i EELife=-=-= haT,-i#i TPH - C.Iient :-                    BHILAI STEEL PLANT Soles Ref.: -PRJ/STL/205 24il01 Project :-               SINTER PLANT-3 \'''.     C,.    'jo.- PACKAGE I !TEM t`.C`. QTy. |JJ= DATE. . rm. Descrirjlicln -     DC MOTOR 7`30K\``.'+-OE llixlr\tr` ;,- •<a I PREP. BKB NODUuZINC DRl,lt./ .-=.-..': |J CKD. IG, work: - 1 NOR'M TPM i-3l. UC^ i,T.A0FFIci; lssuE REMARKS i OATE PREP. De:a,;sl-- DATA SHEET FOR. [`C ,.,,:0-i-C);2 --_\®.c,:13 ._ i.~ {{¢;£jEfjEn o __ H±[]_I. E=T

U-b DATA SHEET FOR DC MOTOR 1.01 Make 1.02 DriveEquipment 1.03 Rated power at an ambienttemperature of50°C 1.04 Ratedvoltage 1.05 a)Ratedspeed b) Variation 1.06 Efficiency (typical) 1.07 Rated Full Load current (typical) 1.08 a)ExcitationType b) Excitation Current / Voltage 1.09 Typeofenclosure 1 10 .Methodofcooling 1.11 Duty 1.12(a) Max.Torque (b) Acceleration time 1.13 Classof Insulation 1.14 Temp. rise restriction over40deg.C As per lpss:1 -03-005-86) 1.15 Electrical Feeding source 1.16 Field feeding soilrce Shaft extension provision Anti-(. |ndensation heater RTD provision Terminal box As per preferred makes list of BSP Mixing and nodulizing drum 730 kw 500 V DC 750 rpm 0 - 75(, i,in 92 % (approx) 1 569 A Separate field 230 V/ 14 Amps (approx) lp52 See ntite 1 Continuous 1750/o during starting(As per KSC document KT-10;i; ) 7-10 sees. H a) 110 dog.C for Amature b) 125 beg.C for field 6-pulse 4 quadrant Tnyristorized DC drive Single q uadrant thy,istorized pack. For Tacho.Mounting `'z40V,(Wattage as per manufacturer) For St€]tor winding and bearing a) Segregated for armature, fielci,space heater &RTD b)Arm;]t jre TB sna!! L7e suitable for mat-.1 Znos. 1C X 400 Sq mm Al cables :'01   E RE\'  1 I I()-H2002-T001 ShJ\O. 28.10-96 2 21.07.97 21.07.97 uS SALES REF. No. Of /STL/20524001 sn3l

Note:- 1.Coolingbyextemallynrountedfan-filterunit.AirinletthrchghbattomandoutletthroughTop. Alr flow/pressureswitchwiMbeprovidedforairflowmonitoring.AitinletatCEandoutlet atNCEtomeetcoolingrequirementot`thecommutator. 2.MmdutyDCmotorsasperlpss1-03-005-86areavailableonlyupto150kw. tlence.thismotorwillbecustombuiltwithtypeofconstructionsuit:`blefor730KW(aspermanufacturer). 3.AIlotherdataasiequiredbyTechnica`particularsOfDCmotor;Table1103ofcontractshaMbefumi§hed in the Manufacturer's data sheet for reference. 4.Motorwiubesuitableforoperate`I..ithSIEMENSmake6RA24conti-olleT.(DC[)RIVE) 5.Motorcharacteristiccurves,Calculationforseledionofblowershanbefumisnedinduecourse. 6. Compensating winding shall be coil type. 7.ThisdatasheetisinaccordancewithI.ioMdated28.08.97betweenBSP/MECON/Siemen§fl3HEL.